Construction Tenders

Sat July 20 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Jul 2024

Tender Details
Referenceocds-h6vhtk-0482cc
Common Procurement VocabularyArchitectural and related services
Procurement MethodRestricted procedure
Value£380,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 19th Jul 2024

Tender Details
Referenceocds-h6vhtk-0482cc
Common Procurement VocabularyArchitectural and related services
Procurement MethodRestricted procedure
Value£380,000

Section I: Contracting authority

I.1) Name and addresses

The Landmark Trust

Shottesbrooke,, Maidenhead

Berkshire

SL6 3SW

Email

historicestates [at] landmarktrust.org.uk

Telephone

+44 1628494994

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.landmarktrust.org.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30706

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Other type

Charity

I.5) Main activity

Other activity

Heritage conservation


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Mavisbank: Conservation Design Team Services

II.1.2) Main CPV code

  • 71200000 - Architectural and related services

II.1.3) Type of contract

Services

II.1.4) Short description

The Client wishes to procure a comprehensive Design Team to develop the detailed design, secure the necessary approvals and then oversee the delivery and implementation of Phase 1 works to Mavisbank House and pavilions (the Contract). Subject to satisfactory performance of Phase 1 works, the Contract may then be extended to include designing and then overseeing the delivery and implementation of Phase 2 works.

The Design Team should include a RIBA (SCA) or AABC or equivalent accredited conservation architect in a leading role.

The lead Architect will need to have specialist knowledge and experience of preserving, conserving and restoring complex historic buildings of high status (Grade I/Grade II*/equivalent), but within a broader portfolio of work. An understanding of the complexities of running NHMF and NLHF funded projects would be beneficial.

II.1.5) Estimated total value

Value excluding VAT: £380,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKM73 - East Lothian and Midlothian

II.2.4) Description of the procurement

The Client wishes to procure a comprehensive Design Team to develop the detailed design, secure the necessary approvals and then oversee the delivery and implementation of Phase 1 works to Mavisbank House and pavilions (the Contract). Subject to satisfactory performance of Phase 1 works, the Contract may then be extended to include designing and then overseeing the delivery and implementation of Phase 2 works.

The Contract that will be entered into between the Client and the selected bidder will be an RIBA standard form of contract. This will be in two phases which each contain several stages:

Phase 1: Rescue

- Stage A: Completion of RIBA Stage 2 and 3 for Phase 1 works to the house and pavilions including the submission of a planning and other statutory consent applications and preparing a repairs notice to support the land acquisition strategy

- Stage B: If the land acquisition strategy is successful and planning permission is granted the work will progress to the completion of RIBA Stages 4-7 and the successful delivery of the Phase 1 works

If either the land acquisition strategy is unsuccessful or there is an unsatisfactory performance review after either Phase 1 Stage A or B, the appointment may be terminated.

Phase 2: Restore

Subject to satisfactory performance of Phase 1, the Client shall have the option to extend the Contract to include Phase 2, Restore. This phase of the Contract would also include several stages:

- Stage A: Input to the preparation of an expression of interest to the NLHF and production of a design report to RIBA Stage 1 to input to a Development Phase application to the NLHF

- Stage B: If the Development Phase application is successful, and subject to a satisfactory performance review, the work may continue to RIBA Stages 2-3 and the provision of design services up to the end of RIBA Stage 3. Work here would focus on developing designs, production of a design report sufficient to include in a Delivery Phase application to the NLHF and the submission of necessary applications for statutory consents

- Stage C: If the Delivery Phase application is successful, and subject to a satisfactory performance review, the work would continue to RIBA Stages 4-7 and providing services necessary to secure the successful completion of the Phase 2 works.

II.2.5) Award criteria

Quality criterion - Name: Experience / Weighting: 20

Quality criterion - Name: Team / Weighting: 20

Quality criterion - Name: Key Issues / Weighting: 15

Quality criterion - Name: Method and programme / Weighting: 15

Price - Weighting: 30

II.2.6) Estimated value

Value excluding VAT: £380,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 November 2024

End date

1 January 2031

This contract is subject to renewal

Yes

Description of renewals

The contract may be extended if the project programme does not progress as planned.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

The SPD contains a range of mandatory and discretionary exclusion criteria. It also contains several technical and professional ability questions each of which will be scored 0-5 based a scale provided to bidders. Where they meet all of the other necessary criteria, the five (5) highest scoring bidders will be short-listed and invited to tender.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: 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


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

Please refer to the Cover Letter

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

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


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

21 August 2024

Local time

1:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 September 2024

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

Duration in months: 3 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=772405.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

(SC Ref:772405)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=772405

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinburgh

EH1 1LB

Country

United Kingdom