Refurbishment of Grade II Listed Building – Carnegie Library
The Art House is seeking to extensively refurbish a Grade II listed library of circa 1,300m² GIFA, situated directly adjacent to the existing Art House building that was completed in the Phase 1 development.
United Kingdom-Wakefield: Building construction work
2013/S 226-392835
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
The Creative Art House
Drury Lane
For the attention of: Jenny March
WF1 2TE Wakefield
UNITED KINGDOM
Telephone: +44 1924312000
E-mail: jenny@the-arthouse.org.uk
Fax: +44 8435094079
Internet address(es):
General address of the contracting authority: http://www.the-arthouse.org.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA29188
Further information can be obtained from: Turner & Townsend
9th Floor, St James House, Vicar Lane
Contact point(s): Project Management
For the attention of: John Pointon, Peter Day
S1 2EX Sheffield
UNITED KINGDOM
Telephone: +44 1142729025
E-mail: thearthousephase2@turntown.co.uk
Internet address: www.turnerandtownsend.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Turner & Townsend
9th Floor, St James House,, Vicar Lane
Contact point(s): Project Management
For the attention of: John Pointon, Peter Day
S1 2EX Sheffield
UNITED KINGDOM
Telephone: +44 1142729025
E-mail: thearthousephase2@turntown.co.uk
Internet address: http://www.turnerandtownsend.co.uk
Tenders or requests to participate must be sent to: Turner & Townsend
9th Floor, St James House, Vicar Lane
Contact point(s): Project Management
For the attention of: John Pointon, Peter Day
S1 2EX Sheffield
UNITED KINGDOM
Telephone: +44 1142729025
E-mail: thearthousephase2@turntown.co.uk
Internet address: www.turnerandtownsend.co.uk
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: United Kingdom.
NUTS code UKE43
The Art House was established in 1994 by a group of artists – with and without disabilities – in response to the lack of facilities and opportunities for disabled artists in the visual arts and crafts.
Phase One was completed in 2008, providing an accessible building encompassing 14 managed studios and workshop spaces in Wakefield city centre.
Wakefield Metropolitan District Council’s ten-year Renaissance Strategy for the city focuses on the arts as one of the drivers for regeneration; as such, the Art House forms an important part in the delivery of that strategy alongside the development of Hepworth Galleries in Wakefield. Within the district, there is a focus on the visual arts and sculpture, where the Art House provides facilities to support a community of professional artists and community access situated in Wakefield’s Cultural Quarter.
The Art House believes that artists are individuals and the nature of creative success depends on us supporting them as individuals. The Art House provides a portfolio of activity, from rented studio spaces to business training and advice, from community based opportunities to artists’ residencies. Currently, two cultural industries small organisations are based in the building and, together with the artists, form a valuable part of the Art House ecology.
The Art House continues to be disability focused; its aim not to disable people who have impairments from succeeding as artists. The focus is on ensuring that they do not have to seek alternative provision, but can be satisfied with the provision available to all. To this aim, the Art House work with disabled and non-disabled artists to reflect proportions in society.
Completion of Phase Two will advance the journey to equality and provide excellent facilities and services.
The Art House will be ‘a home for artists’, combining the existing Phase 1 new build and the conversion of the adjoining Drury Lane Library. Phase 2 requirements will include:
— 30 – 40 new rentable studios for artists varying in size.
— Multi–use space with public access.
— Business hub/learning room.
— Refreshment and welfare areas for communal and shared usage.
— Permanent linkage to Art House Phase One new build.
— Independent public access entrance.
— Effective communal areas/spaces.
— Suitable parking provision.
— Independent access provision (In-line with the Equality Act).
— Suitable telecoms provision.
— Metered supplies (to rentable areas).
— Economic maintenance strategy.
NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=110463
45210000
Range: between 1 700 000 and 1 900 000 GBP
Section III: Legal, economic, financial and technical information
(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) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) 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.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years.
(2) 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;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(8) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(12) 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.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: In line with Pre-qualification document.
Section VI: Complementary information
Reference to project(s) and/or programme(s): ERDF.
(MT Ref:110463)
VI.5)Date of dispatch of this notice:19.11.2013