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

Design services for the restoration of Hay Castle.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

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)

I.2)Type of the contracting authority
Other: Trust - Charity and Company Ltd by Guarantee
I.3)Main activity
Other: conservation and restoration of Hay Castle and its envrionment
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:
Design services for the restoration of Hay 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
Main site or location of works, place of delivery or of performance: Hay Castle, Hay-on-Wye.

NUTS code UK

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)
Hay Castle is sited in the heart of Hay-on-Wye within the Brecon Beacons National Park and was acquired by the Trust in 2011. The site incorporates a Scheduled Ancient Monument, a Grade 1 listed building and Grade 2 buildings, structures and extensions. The project is focused on revitalising and preserving the Castle and creating an economically and culturally vibrant centre for arts and education that will complement and support the market town of Hay-on-Wye and its environs, drawing visitors from around the world.
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.
II.1.6)Common procurement vocabulary (CPV)

45212350, 71200000, 71250000, 71221000, 71251000, 71248000, 71320000, 71310000, 71321000, 79417000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
The appointed Consultants will advance the project through the 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 conservation and construction phases include 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 led is to be let in 1 lot. The works will include major structural repairs and consolidation and internal and external fabric repairs, alterations and re-servicing. The team should include CDM-C. The contract will be awarded in two stages.

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.
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
Duration in months: 11 (from the award of the contract)

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:
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(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.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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: yes

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 8
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.
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:
IV.3.2)Previous publication(s) concerning the same contract
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: 14.10.2014
IV.3.4)Time limit for receipt of tenders or requests to participate
27.10.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
3.11.2014
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
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:15373)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Hay Castle Trust
Hay Castle
HR3 5DG Hay-on-Wye
UNITED KINGDOM
E-mail: [email protected]
Telephone: +44 1497820079

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.9.2014