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

Contract for the Provision of a Multi-Disciplinary Specialist Consultancy Team and Independent Quantity Surveyor Responsible for the Delivery of a Programme of Urgent Works and Repairs to Historic Structures at Ravensworth Castle.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Gateshead Council
Corporate Procurement, Civic Centre, Regent Street
For the attention of: Miss Janice Lynn
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914335981
E-mail:

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
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:
Contract for the Provision of a Multi-Disciplinary Specialist Consultancy Team and Independent Quantity Surveyor Responsible for the Delivery of a Programme of Urgent Works and Repairs to Historic Structures at Ravensworth Castle.
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

NUTS code UKC22

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)
Gateshead Council with Grant Funding provided by English Heritage, wishes to recruit an experienced, multi-disciplinary team and independent quantity surveyor to provide a clear picture of the current repair needs, priorities and associated costs required to develop and deliver a project to safeguard the future of the historic buildings at Ravensworth Castle.
Ravensworth Castle is a complex site comprised of a number of nationally significant historic assets (listed at Grade II and a Scheduled Ancient Monument (SAM)) which together form the 'Castle'
The Contract will be divided into 2 Lots:
Lot 1 - Multi Disciplinary Team comprising:
- Conservation Accredited Architect or Building Surveyor (Lead Consultant)
- Structural Engineer
- CMD Co-ordinator
- Archaeologist
- Ecologist
Lot 2 - Independent Quantity Surveyor
Tenderers are only permitted to submit a tender response for either Lot 1 or Lot 2. Tenderers are requested to please indicate at Schedule 1 - Tender Questionnaire, which Lot they are tendering for. If a tenderer submits a response for both Lots 1 and 2, the response will be considered as non-compliant response in its entirety and the full response will not be evaluated in its entirety.
II.1.6)Common procurement vocabulary (CPV)

71210000, 71251000, 71300000, 71351914, 71324000, 45454100, 92522000

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: yes
Tenders may be submitted for one lot only
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:
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 24 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Multi Disciplinary Team
1)Short description
The successful team will be able to demonstrate an extensive track record of preparing, delivering and managing similarly complex projects to a successful conclusion. Given the nature of the project, it is highly desirable that at least part of this experience involves projects in the historic environment and/or of a similar scale and complexity
Please see tender documentation for job specifications including relevant experience. The Team will comprise of:
- Conservation Accredited Architect or Building Surveyor (Lead Consultant)
- Structural Engineer (Membership of the Conservation Accreditation Register for Engineers (CARE) is desirable)
- CDM Co-ordinator
- Archaeologist
- Ecologist
2)Common procurement vocabulary (CPV)

71210000, 71251000, 71300000, 71351914, 71324000, 45454100, 92522000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Independent Quantity Surveyor
1)Short description
Responsible for the preparation of costed schedules and advice associated with the delivery of a Programme of Urgent Works and Repairs to Ravensworth Castle.
The appointment is required to be wholly independent of the Specialist Consultant Team, Project Manager (Naomi Atherton of Summers Inman Construction and Property Consultants LLP), English Heritage and Gateshead Council.
2)Common procurement vocabulary (CPV)

71210000, 71251000, 71300000, 71351914, 71324000, 45454100, 92522000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As detailed in Tender Documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
As Detailed in Tender Documentation.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in Tender Documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (c) a statement of the undertaking's overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
III.2.3)Technical capacity
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: no
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
QTLE- 999LBG
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: 15.11.2013 - 16:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
18.11.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
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
in days: 90 (from the date stated for receipt of 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
This procurement process is being managed electronically via the councils e-tendering system. Tender documentation will only be available and bids must be submitted using the internet.

To register interest in this contract and obtain the relevant Tender documents please go to www.nepoportal.org Contract Ref No: QTLE 999 LBG If you require any assistance with the website or registration process please contact our Portal Administrator on +44 1914335949.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Gateshead Council
Corporate Procurement Legal and Corporate Services Civic Centre Regent Street
NE8 1HH Gateshead
UNITED KINGDOM
Telephone: +44 1914335999

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Precise information on deadline(s) for lodging appeals: The contracting authority will incorporate a standstillperiod at the point information regarding the award of the contract is communicated to tenderers.
That notification will provide full information on the award decision. The standstill period, which will be for a minimumof 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
8.10.2013