English Heritage historic properties survey framework
Expressions of interest are invited from registered architects with conservation accreditation, and chartered building surveyors who have conservation accreditation.
UK-Swindon: buildings of particular historical or architectural interest
2012/S 21-034257
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
English Heritage
Room 2/20, The Engine House
For the attention of: Joy Russell
SN2 2EH Swindon
UNITED KINGDOM
Telephone: +44 1793414511
E-mail: EHSurvey@english-heritage.org.uk
Internet address(es):
General address of the contracting authority: www.english-heritage.org.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
Recreation, culture and religion
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:
EH historic properties survey framework.
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 UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 16
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 100 000 GBP
II.1.5)Short description of the contract or purchase(s)
Buildings of particular historical or architectural interest. Architectural and related services. Advisory architectural services. Architectural services for buildings. Architectural, engineering and surveying services. Architectural and building-surveying services. Building surveying services. Surveying services. English heritage wishes to establish a framework agreement for the provision of condition surveys for its national collection of historic properties. Expressions of interest are invited from registered architects with conservation accreditation, and chartered building surveyors who have conservation accreditation. Suppliers will be asked to identify these individuals in the pre-qualification questionnaire.
The service will include carrying out full condition surveys through non-invasive visual inspection; reporting the findings; recommending and prioritising repairs, further specialist inspection and monitoring; and estimating costs against recommendations. Suppliers will be required to provide written reports in a standard EH format and to enter survey data directly into EH’s asset management database. Licenses for the database software will be provided by English heritage.
English Heritage manages over 400 historic sites across England, containing both historic and non historic assets. They vary significantly in age, size, complexity, geographical location and type ranging from furnished historic houses, ruined castles and abbeys to prehistoric and Roman remains, industrial sites, gardens and statues. Almost all are protected as scheduled monuments and/or listed buildings, registered historic gardens or conservation areas; a few are World Heritage Sites. You are strongly advised to visit our web site at
www.english-heritage.org.uk and click on ‘Days Out’ to gain insight into the variety of properties covered.
II.1.6)Common procurement vocabulary (CPV)
45212350, 71200000, 71210000, 71221000, 71250000, 71251000, 71315300, 71355000
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: yes
Tenders may be submitted for one or more lots
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 estimated value given below is the total for all lots over the duration of the contract.
Estimated value excluding VAT: 1 100 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)
Information about lots
Lot No: 1 Lot title: Lot 1 – North
1)Short description
Lot 1 – North (Northumberland, Cumbria, Lancashire, Cheshire & Yorkshire).
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Suppliers may apply to be considered for one or more Lots and will be asked to indicate which on the pre-qualification questionnaire.
Lot No: 2 Lot title: Lot 2 – East & London
1)Short description
Lot 2 – East & London (Derbyshire, Nottinghamshire, Lincolnshire, Leicestershire, London, Northamptonshire, Rutland, Norfolk, Suffolk, Cambridgeshire, Essex, Bedfordshire & Hertfordshire);
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Suppliers may apply to be considered for one or more lots and will be asked to indicate which on the pre-qualification questionnaire.
Lot No: 3 Lot title: Lot 3 – South East
1)Short description
Lot 3 – South East: Kent, East Sussex, Berkshire, Hampshire, Oxfordshire, Isle of Wight & West Sussex).
2)Common procurement vocabulary (CPV)
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Suppliers may apply to be considered for one or more lots and will be asked to indicate which on the pre-qualification questionnaire.
Lot No: 4 Lot title: Lot 4 – West
1)Short description
Lot 4 – West (Herefordshire, Worcestershire, Warwickshire, Shropshire, Staffordshire, Wiltshire, Gloucestershire, Bristol, Somerset, Dorset, Devon, Cornwall & Isles of Scilly).
2)Common procurement vocabulary (CPV)
3)Quantity or scope
Suppliers may apply to be considered for one or more lots and will be asked to indicate which on the pre-qualification questionnaire.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Suppliers may apply to be considered for one or more lots and will be asked to indicate which on the pre-qualification questionnaire.
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:
No special legal form is required, but in the case of combined or consortium bids, each service provider will be required to become jointly or severally liable.
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: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at
http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr.
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As 111.2.1.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As 111.2.1.
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: yes
Reference to the relevant law, regulation or administrative provision: Registered architects with conservation accreditation, and chartered building surveyors who have conservation accreditation.
III.3.2)Staff responsible for the execution of the service
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 number of operators: 16
Objective criteria for choosing the limited number of candidates: The 6 highest scoring tenderers per lot, as per the PQQ will be invited to tender.
Envisaged number of suppliers is 16 in total – 4 in each of 4 lots.
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:
C300816/001
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
9.3.2012 – 17:00
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
IV.3.8)Conditions for opening tenders
Section VI: Complementary information
VI.1)Information about recurrence
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
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, and the contract will be awarded on the basis of the most economically advantageous tender.
Tenders and all supporting documents must be priced in sterling and all payments made under the contract will be in sterling. The contract shall be considered as a contract made under English Law and subject to the exclusive jurisdiction of the English Courts (English Heritage and other organisations based in England) or the Scottish Courts (Historic Scotland). Responses are sought from registered architects with conservation accreditation and chartered building surveyors who have conservation accreditation, with experience of surveying historic buildings and sites. Service Providers must indicate on the pre-qualification questionnaire which Lot(s) they are applying to be considered for. The number of suppliers that it is envisaged will be invited to tender as stated in IV.1.2 is per Lot. GO Reference: GO-2012127-PRO-3680269.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:27.1.2012