Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Auckland Castle Trust
Market Place, Bishop Auckland, County Durham
Contact point(s): Chief Executive Officer
For the attention of: Rowena Hackwood
DL14 7NR Bishop Auckland
UNITED KINGDOM
Telephone: +44 1388602613
E-mail:
Internet address(es):
General address of the contracting authority: http://www.aucklandcastle.org
Address of the buyer profile: http://www.aucklandcastle.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityOther: Religious Trust
I.3)Main activityRecreation, culture and religion
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:UK Auckland Castle. Co. Durham. Appointment of Architect-Led Multi-disciplinary Team
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Bishop Auckland, County Durham.
NUTS code UKC14
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Buildings of outstanding historical or architectural interest. Architectural services for buildings. UK Auckland Castle. Co. Durham. Appointment of Architect-Led Multi-disciplinary Team for the repair, renovation and of Auckland Castle and grounds.
II.1.6)Common procurement vocabulary (CPV)71000000 - FG25, 71200000 - FG25, 71220000 - FG25, 71221000 - FG25, 71222000 - FG25, 71223000 - FG25, 71240000 - FG25, 71242000 - FG25, 71243000 - FG25, 71245000 - FG25, 71250000 - FG25, 71251000 - FG25, 71310000 - FG25, 71312000 - FG25, 71313000 - FG25, 71313100 - FG25, 71313200 - FG25, 71313400 - FG25, 71313420 - FG25, 71313450 - FG25, 71314000 - FG25, 71314100 - FG25, 71314310 - FG25, 71317200 - FG25, 71351914 - FG25, 71420000 - FG25, 45212350 - FG25
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value of design work excluding VAT GBP 500,000 in respect of phase 1 that includes design work up to and including RIBA Stage D; the estimated value of phase 2 involvement of the design team during construction is GBP 500,000.
Estimated value excluding VAT:
Range: between 500 000 and 1 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion Starting 1.11.2013. Completion 30.6.2015
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:No.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating of the requirements are met: as described in the PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Information and formalities necessary for evaluating of the requirements are met: as described in the PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Information and formalities necessary for evaluating of the requirements are met: as described in the PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Reference to the relevant law, regulation or administrative provision: Architects and practices who wish to apply must either be registered with the Architects Registration Board of the UK; under terms of current UK Acts, or hold such qualifications as comply with articles 3 and 4 of EC Directive 85/384/EEC.
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: As described in the PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:None
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 10.7.2013
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate17.7.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates12.8.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationA Briefing Day will be held on 2 July 2013 at Auckland Castle. Contact details will be included in the PQQ.
Candidates should note that the project will include funding from the Heritage Lottery Fund.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresAuckland Castle Trust
Market Place Bishop Auckland County Durham
DL14 7NR Bishop Auckland
UNITED KINGDOM
E-mail:
Telephone: +44 1388602613
Internet address: http://www.aucklandcastle.org
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2006 (as amended) the Contracting Authority will incorporate a minimum 10 calendar days standstill period at the point information on the award of the contract is communicated to Tenderers. The Public Contracts Regulation provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.4.3)Service from which information about the lodging of appeals may be obtainedAuckland Castle Trust
Market Place Bishop Auckland County Durham
DL14 7NR Bishop Auckland
E-mail:
Telephone: +44 1388602613
VI.5)Date of dispatch of this notice:10.6.2013