Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at:
www.mytenders.org
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via:
www.mytenders.org
I.4)Type of the contracting authority
Other type: UK Registered Charity
I.5)Main activity
Other activity: Charitable Activities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
The procurement of professional services required to convert a historic building.
II.1.2)Main CPV code
71200000
II.1.3)Type of contract
Services
II.1.4)Short description:
The Lake District Calvert Trust, registered charity number 270923, wishes to expand its services by delivering rehabilitation programmes to people with acquired brain injury and wishes to redevelop and remodel an existing grade 2 listed historic building to cater for this expansion. We therefore wish to secure the services of a chartered RIBA registered architect or practice to take the project forward through planning and the remainder of the RIBA work stages.
II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKD1
Main site or place of performance:
Lake District Calvert Trust, Keswick, Cumbria. CA12 4QD.
II.2.4)Description of the procurement:
The Lake District Calvert Trust, registered charity number 270923, wishes to expand its services by delivering rehabilitation programmes to people with acquired brain injury and wishes to redevelop and remodel an existing grade 2 listed historic building to cater for this expansion. We therefore wish to secure the services of a chartered RIBA registered architect or practice to take the project forward through planning and the remainder of the RIBA work stages.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 40
This contract is subject to renewal: yes
Description of renewals:
The duration of the contract will be subject to external fundraising and required approvals being secured.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
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:
The appointed architect is expected to be a UK RIBA Chartered Practice.
The appointed architect will be required to hold or to appoint at their own cost a professional advisor with a conservation accreditation as recognised by Historic England as detailed at https://historicengland.org.uk/services-skills/training-skills/heritageskills-cpd/conservationcreditation/
The appointed architect will be required to evidence that they have successfully undertaken a minimum of 3 similar renovation projects involving historic listed buildings within the last 5 years.
The appointed architect will be required to evidence that they have successfully undertaken a similar project involving the development of fully accessible residential facilities within the last 5 years.
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.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
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
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 28/02/2017
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
IV.2.7)Conditions for opening of tenders
Date: 01/03/2017
Local time: 09:00
Place:
Lake District Calvert Trust, Little Crosthwaite, Keswick, Cumbria, CA12 4QD.
Information about authorised persons and opening procedure:
Sean Day, Centre Director.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
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=192070.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/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.
(MT Ref:192070).
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
23/01/2017