United Kingdom Historic Buildings Preservation Trust has published this notice through Delta eSourcing
Notice Summary |
---|
Title: | Wedgwood Institute: Design Team Services |
Notice type: | Contract Notice |
Authority: | United Kingdom Historic Buildings Preservation Trust |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | This Brief sets out the requirements for a conservation architect (the "Architect") and other members of a design team (the "Design Team") to provide the detailed design and technical development work required for the delivery of the main phase of the Wedgwood Institute ("WI") project.This project is presented publicly as a PRT project. The overall Project’s vision is the renaissance of the WI as a creative and vibrant centre for enterprise, employment and training (the "Project").The Project’s mission is to save a nationally important historic building and create a brand new business incubation centre with quality workspace, meeting and training rooms. The Project will improve the wellbeing, quality of life and prosperity of the people of the Burslem community through economic regeneration and social support. |
Published: | 31/03/2016 09:47 |
View Full Notice
Section I: Contracting Authority
I.1) Name and addresses
United Kingdom Historic Building Preservation Trust
14 Buckingham Palace Road, London, SW1W 0QP, United Kingdom
Tel. +44 2032620578, Email: manuela.belle@princes-regeneration.org
Contact: Manuela Belle
Main Address: http://www.princes-regeneration.org
NUTS Code: UKI
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Architectural-design-services./7229XC7A75
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Other type:: Charitable Organisation & Company Limited By Guarantee
I.5) Main activity
Other activity:
Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Wedgwood Institute: Design Team Services
II.1.2) Main CPV Code:
71220000 - Architectural design services.
FG25-4 - For buildings or goods of particular historical or architectural interest
II.1.3) Type of contract: SERVICES
II.1.4) Short description: This Brief sets out the requirements for a conservation architect (the "Architect") and other members of a design team (the "Design Team") to provide the detailed design and technical development work required for the delivery of the main phase of the Wedgwood Institute ("WI") project.This project is presented publicly as a PRT project. The overall Project’s vision is the renaissance of the WI as a creative and vibrant centre for enterprise, employment and training (the "Project").The Project’s mission is to save a nationally important historic building and create a brand new business incubation centre with quality workspace, meeting and training rooms. The Project will improve the wellbeing, quality of life and prosperity of the people of the Burslem community through economic regeneration and social support.
II.1.5) Estimated total value:
Value excluding VAT: 570,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No
II.2) Description
II.2.1) Title: Not provided
Lot No: Not provided
II.2.2) Additional CPV codes:
71240000 - Architectural, engineering and planning services.
71240000 - Architectural, engineering and planning services.
45212350 - Buildings of particular historical or architectural interest.
71240000 - Architectural, engineering and planning services.
71240000 - Architectural, engineering and planning services.
45212350 - Buildings of particular historical or architectural interest.
92522000 - Preservation services of historical sites and buildings.
II.2.3) Place of performance:
UKG23 Stoke-on-Trent
II.2.4) Description of procurement: The Requirement is for the delivery of architectural, design and associated services through project development and delivery of the regeneration of the WI in Burslem, Stoke-on-Trent.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 570,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 34
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: Not provided
Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure: Restricted
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 30/04/2016 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 03/05/2016
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided
IV.2.7) Conditions for opening of tenders:
Not Provided
Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used No
VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta portal at: https://www.delta-esourcing.com/tenders/UK-London:-Architectural-design-services./7229XC7A75
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/7229XC7A75
If you experience any technical difficulties from accessing the above url, then please contact the Delta eSourcing Helpdesk on call 0845 270 7050 or email helpdesk@delta-esourcing.com.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=196855893
VI.4) Procedures for review
VI.4.1) Review body:
The Prince's Regeneration Trust
14 Buckingham Palace Road, London, SW1W 0QP, United Kingdom
Tel. +44 2032620578
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 31/03/2016
Annex A