Quantity Surveying Services – Seaton Delaval Hall
The National Trust wishes to appoint a quantity surveying practice in connection with the Curtain Rises Project at Seaton Delaval Hall.
United Kingdom-Newcastle upon Tyne: Architectural, construction, engineering and inspection services
2016/S 164-296136
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
National Trust
Holy Jesus Hospital, City Road
For the attention of: Project Manager – Helen Nisbet
NE1 2AS Newcastle upon Tyne
United Kingdom
Telephone: +44 1912558648
E-mail: helen.nisbet@nationaltrust.org.uk
Internet address(es):
General address of the contracting authority: http://www.nationaltrust.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
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: Seaton Delaval Hall, The Avenue, Seaton Sluice, Northumberland, NE26 4QR.
NUTS code UKC21
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)
II.1.6)Common procurement vocabulary (CPV)
71000000, 71244000, 71246000, 71242000
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:
— Conservation: Deliver the urgent conservation work needed to save this Grade I Listed Building and its associated landscape. Work Packages have been identified to repair and consolidate the main mansion buildings and key landscape features:
i. WP2 West Wing: Re-roof, upgrade of heating system to include conservation heating controls (and investigate renewable energy opportunities), general stonework and timber repair;
ii. WP3 Central Hall: Install flooring in the basement, complete outstanding masonry repairs, creation of designed infrastructure to enable creative interpretation of the spaces, includes potential for lift access;
iii. WP4 Designed Landscape: Masonry repair of HaHa walls and bastions, masonry and timber repairs to Orangery, stabilisation of the Walled garden walls, includes extension of existing car park (additional 50 spaces);
iv. WP5 Brew-house: Stabilisation through repair and conversion to a 90 cover cafe;
v. WP6 East Wing: Creation of high-quality visitor toilets, repair and consolidation of the Netty, address internal issues in the Stables, general stonework repair;
vi. WP7 Wider Landscape: Repair and stabilisation of the Mausoleum, small Obelisk, Sea Walk Walls and Egg Pond;
vii. WP8 Making Good: Removal of existing temporary structures and making good the site.
— Infrastructure: Provide facilities which are fit for purpose and enhance visitors’ experience of the property. By creating more car parking spaces we will be able to welcome more people to the site, by creating high quality toilets we will be able to remove temporary intrusive structures and by converting a currently unused building into café we will be able to greatly improve the visitor offer and encourage more people to stay for longer.
The wider Curtain Rises project will also address how we work with staff and volunteers to ensure that the conservation and visitor needs are managed and sustainable. As such, in addition to the conservation and infrastructure works, the project is also commissioning the following services:
— Historic Garden Restoration — South East quadrant of the inner designed landscape to be restored. Design development in Phase 1 and delivery of restoration in Phase 2;
— Play offer — development of new bespoke play offer on the site;
— Interpretation — design and development of interpretation infrastructure in the Central Hall and West Wing.
The QS will therefore be required to provide cost consultancy services for the following project activities:
— Conservation and Infrastructure works (Design Team Lead and multi-disciplinary design team);
— External Landscaping — Historic gardens restoration and Play installation (Designed by separately appointed Landscape Architect);
— Heritage interpretation design and fit out (Designed by separately appointed interpretation designer).
Estimated value excluding VAT:
Range: between 150 000 and 200 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Number of possible renewals: 1
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
1. 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 have not been the subject of a conviction by final judgment for 1 or more of the reasons listed below:
(a)Participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA (1);
(b) Corruption, as defined in Article 3 of the Council Act of 26.5.1997 and Article 3(1) of Council Joint Action 98/742/JHA respectively;
(c) Fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(d) Money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
2. 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.
Failure to provide such declarations will result in the candidate being declared ineligible for selection to participate in this procurement process.
III.2.2)Economic and financial ability
2. All candidates will be required to provide evidence of relevant professional risk indemnity insurance;
3. All candidates will be required to provide financial statements covering the previous 3 financial years, and including the total turnover of the candidate and the turnover in respect of activities which are of a similar nature to the subject matter of this notice.
III.2.3)Technical capacity
Candidates must provide:
1. A comprehensive formal statement of the candidate’s technical capabilities;
2. Evidence of the candidate’s involvement with buildings of particular historic or architectural interest, including details of relevant experience as appropriate;
3. A statement of the candidate’s average number of staff and managerial staff in each of the 3 previous years;
4. Details of the educational and professional qualifications of the candidate’s managerial staff, and those of the named person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
5. A copy of the candidate’s company quality policy statement, together with evidence showing that the candidate’s company quality system is compliant to a relevant quality standard;
6. Details of involvement with work similar to that required under this notice, which has been carried out by the candidate for a minimum of 3 other clients within the last 2 years, including relevant descriptions, plans and/or photographs of the works and contact details of the clients for whom those works were carried out;
7. An indication of the proportion of the contract which is the subject of this notice, and the precise nature of the work, which the candidate would propose to sub-contract (if any);
8. In the event that the candidate is unable to demonstrate direct experience of involvement with work similar to that required under this contract, in respect of buildings of particular architectural or historic interest, such other information as will enable the contracting authority to assess the candidate’s ability to carry out such work;
9. Evidence of effective collaborative working with other parties, relevant to projects of a similar nature and complexity.
Minimum level(s) of standards possibly required:
— Evidence of sound business structure, strong technical capabilities and adequate staffing arrangements is essential;
— Membership of a relevant recognised professional body is essential — e.g. RICS or equivalent;
— Recent experience of working on projects on Grade 1 Listed buildings (or equivalent) is essential;
— A working knowledge of relevant Conservation projects and relevant repair philosophies is essential;
— Evidence of how best your services and approach provides local economic benefit;
— Evidence of ability to work collaboratively with clients, contractors and other professional specialists, relevant to projects of a similar nature and complexity, is essential;
— Evidence of an acceptable quality management system is essential.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: By selecting between 5 and 7 candidates to be invited to tender we will achieve a reasonable spread of competition, ensure a manageable procurement process and ensure that tendering costs are reduced. The minimum standards for selecting the limited number of candidates is set out in Section III) above. Further information about methodology for the evaluation of candidates submissions is set out in the Pre-Qualification Questionnaire.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.2)Previous publication(s) concerning the same contract
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
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
VI.4.1)Body responsible for appeal procedures
National Trust — Legal Department
Heelis, Kemble Drive
SN2 2NA Swindon
United Kingdom
E-mail: caroline.steel@nationaltrust.org.uk
Telephone: +44 1793817851
Internet address: http://www.nationaltrust.org.uk
Body responsible for mediation procedures
Centre for Effective Dispute Resolution — if appropriate
United Kingdom
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Design and Build Contract Northumberland
Procurement of a Client Project Manager
Principal Contractor for AIEC Project Aberystwyth
Architectural Main Contractor London