By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

UK Auckland Castle. Co. Durham. Appointment of Architect-Led Multi-disciplinary Team

Contract notice

Services

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 authority
Other: Religious Trust
I.3)Main activity
Recreation, culture and religion
I.4)Contract award on behalf of other contracting authorities
The 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 performance
Services
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)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants 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 options
Options: no
II.2.3)Information about renewals
This 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 conditions
The 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 registers
Information 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 ability
Information 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 capacity
Information 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 profession
Execution 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 service
Legal 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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged 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 criteria
The 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 auction
An 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 contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time 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 participate
17.7.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
12.8.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
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 recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
A 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 procedures

Auckland 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 appeals
Precise 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 obtained

Auckland 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