Design services for the restoration of Hay Castle.
Contract notice
Services
Section I: Contracting authority
Hay Castle Trust Ltd
Hay Castle, Hay-on-Wye
For the attention of: Nancy Lavin Albert
HR3 5DG Hereford
UNITED KINGDOM
Telephone: +44 1497820079
E-mail: [email protected]
Internet address(es):
General address of the contracting authority: http://www.haycastletrust.com
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA32091
Electronic submission of tenders and requests to participate: www.sell2wales.gov.uk
Further information can be obtained from: Hay Castle Trust Ltd
Hay Castle, Hay-on-Wye
For the attention of: Nancy Lavin Albert
HR3 5DG Hereford
UNITED KINGDOM
Telephone: +44 1497820079
E-mail: [email protected]
Internet address: http://www.haycastletrust.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Hay Castle Trust Ltd
Hay Castle, Hay-on-Wye
HR3 5DG Hereford
UNITED KINGDOM
Telephone: +44 1497820079
E-mail: [email protected]
Internet address: http://www.haycastletrust.com
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
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: Hay Castle, Hay-on-Wye.
NUTS code UK
Hay Castle Trust is seeking to procure the services of specialist consultants to take the project through development phase to RIBA work stages 2 and 3 (formerly RIBA D) and appropriate consents and subject to successful funding bids through to delivery to practical completion RIBA work stages 3-7. The overall project construction cost is in the region of 2 500 000 to 4 000 000 GBP and the project will commence with a development phase in January 2015 completing in November 2015 with an expected delivery phase commencing in May 2016 and a start on site in October 2016. The works involved includes major structural repairs, specialist conservation, consolidation, contemporary design and extension and alterations and adaptations to the castle buildings to bring them back into sustainable use. The appointment of Architect Led Design Team is to be let in one lot.
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=15373
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.sell2wales.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.45212350, 71200000, 71250000, 71221000, 71251000, 71248000, 71320000, 71310000, 71321000, 79417000
Stage 1 will be to deliver master plan proposals to RIBA work stage 2 and 3 (formerly RIBA D) and to support a 2nd round HLF bid application in December 2015.
Stage 2 will be deliver master plan proposals from RIBA work stages 3-7.Stage 2 of the contract appointment will be conditional on the Trust securing the full delivery HLF grant and satisfactory performance of the Design Team during Stage 1. The second stage is expected to run until June 2018 with an additional twelve months defects and snagging period following.
Section III: Legal, economic, financial and technical information
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(2) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Stage 1 - Pre-Qualification Stage: All organisations responding to the contract notice will be given the opportunity to complete this PQQ, which shall be evaluated and a short list of Applicants will be invited to tender. It is intended that the short-list will comprise a minimum of 5 and maximum of 8 Applicants, who have met all mandatory requirements in parts A - K, and have scored highest in the evaluation in parts L and provided information requested in part M.
The weighted questions will be based on the answers provided in response to this Questionnaire. Responses to these questions will be scored as per the scoring matrix identified. The highest quality bid will be allocated the 100 % weighting. All other bids will be scored on a prorated basis against the highest bid (e.g. tenderer's quality divided by the highest bid quality multiplied by the 100 % weighting).
A maximum of eight of the highest scoring Applicants will then be selected for the short list based on the Evaluation Panel's assessment. Should any additional bidder's score be equal to 2 or more bidders then all bidders of equal lowest quality will progress onto the short list.
The scores awarded for the Pre-Qualification Questionnaire will not be used in the subsequent selection process. The contract will be awarded on the basis of the Most Economically Advantageous Tender.
All Applicants who are not selected for the short list will be notified and given the opportunity for feedback.
Stage 2 - Tender Stage: Tender documentation will be issued to the short-listed Applicants. The Selection Panel will consider the respective submissions when balancing the quality/price and selecting the best overall value for money. The weightings given to the submissions in respect of quality and price will be in the ratio of 70/30 (quality/price). The Trust will wish to hold clarification interviews with the prospective applicants.
If the Applicant's ‘quality’ score (the score awarded for the Invitation to Tender) meets or exceeds a minimum quality threshold of 60 %, the Tender pricing document shall be opened and scored. If the Applicant's ‘quality’ score fails to meet the threshold score of 60 % the application shall not be considered further and the Tender pricing document will remain unopened.
Section VI: Complementary information
Hay Castle Trust
Hay Castle
HR3 5DG Hay-on-Wye
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 1497820079