Architectural Design Services Edinburgh
The National Trust for Scotland is looking to appoint a design team to redevelop the DLC and surrounding gardens and parkland to a detailed design stage, to prepare documentation to support a Heritage Lottery Fund application and to prepare and submit planning and listed building consent applications.
United Kingdom-Edinburgh: Architectural, construction, engineering and inspection services
2014/S 100-175070
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
National Trust for Scotland
Hermiston Quay, 5 Cultins Road
Contact point(s): Procurement
For the attention of: Francoise Boyce
EH11 4DF Edinburgh
UNITED KINGDOM
Telephone: +44 8444932282
E-mail: fboyce@nts.org.uk
Internet address(es):
General address of the contracting authority: http://www.nts.org.uk
Further information can be obtained from: National Trust for Scotland
Hermiston Quay, 5 Cultins Road
Contact point(s): Procurement
For the attention of: Francoise Boyce
EH11 4DF Edinburgh
UNITED KINGDOM
Telephone: +44 8444932282
E-mail: fboyce@nts.org.uk
Internet address: http://www.nts.org.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: National Trust for Scotland
Hermiston Quay, 5 Cultins Road
Contact point(s): Procurement
For the attention of: Francoise Boyce
EH11 4DF Edinburgh
UNITED KINGDOM
Telephone: +44 8444932282
E-mail: fboyce@nts.org.uk
Internet address: http://www.nts.org.uk
Tenders or requests to participate must be sent to: National Trust for Scotland
Hermiston Quay, 5 Cultins Road
Contact point(s): Procurement
For the attention of: Francoise Boyce
EH11 4DF Edinburgh
UNITED KINGDOM
Telephone: +44 8444932282
E-mail: fboyce@nts.org.uk
Internet address: http://www.nts.org.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
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: David Livingstone Centre.
NUTS code UKM38
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The National Trust for Scotland is looking to appoint a design team to redevelop the DLC and surrounding gardens and parkland to a detailed design stage, to prepare documentation to support a Heritage Lottery Fund application and to prepare and submit planning and listed building consent applications.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=304105
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://www.publiccontractsscotland.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)
71000000, 71200000, 71210000, 71220000, 71221000, 71222000, 71240000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 130 000 and 170 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(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.
(5) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
III.2.2)Economic and financial ability
(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
(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) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Creative response to the bried. Weighting 4
2. Expertise and understanding of the brief by members of the team. Weighting 2
3. Evidence of the team’s ability to work towards the conservation objectives and corporate values of the National Trust for Scotland. Weighting 2
4. Proven experience on relevant recent projects by members of the team. Weighting 1
5. Costs. Weighting 1
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
VI.4.3)Service from which information about the lodging of appeals may be obtained
National Trust for Scotland
Hermiston Quay 5 Cultins Road
EH11 4DF Edinburgh
UNITED KINGDOM
E-mail: wfyfe@nts.org.uk
Internet address: http://www.nts.org.uk
VI.5)Date of dispatch of this notice: