Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Park Hill Art Space
21 — 24 South Street
Contact point(s): S1 Artspace
For the attention of: Magda Maculewicz
S2 5QX Sheffield
United Kingdom
Telephone: +44 7770892233
E-mail: MjE1PlJYVVIxVGBmX2VWY1RmXWVmY1ZdXWEfVGBe
Internet address(es):
General address of the contracting authority: www.s1artspace.org
Further information can be obtained from: Gardiner and Theobald — Jackie Vazquez
10 South Crescent, Store Street
Contact point(s): Gardiner & Theobald
For the attention of: Jackie Vazquez
WC1E 7BD London
United Kingdom
Telephone: +44 2072094304
E-mail: MjEwSltkWltoaSRDOjZdV2haX2RbaCRZZWM=
Internet address: http://www.gardiner.com/
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Gardiner and Theobald — Jackie Vazquez
10 South Crescent, Store Street
For the attention of: Jackie Vazquez
WC1E 7BD London
United Kingdom
Telephone: +44 2072094304
E-mail: MjE1RVZfVVZjZB8+NTFYUmNVWl9WYx9UYF4=
Internet address: http://www.gardiner.com/
Tenders or requests to participate must be sent to: Gardiner and Theobald — Jackie Vazquez
10 South Crescent, Store Street
Contact point(s): Gardiner & Theobald
For the attention of: Jackie Vazquez
WC1E 7BD London
United Kingdom
Telephone: +44 2072094304
E-mail: MjE1RVZfVVZjZB8+NTFYUmNVWl9WYx9UYF4=
Internet address: http://www.gardiner.com/
I.2)Type of the contracting authority
Body governed by public law
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:
Park Hill Art Space — Design Lead, Architectural Design and Health and Safety Consultancy/ Principal Designer.
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
Main site or location of works, place of delivery or of performance: Park Hill, Sheffield
S2 5QX.
NUTS code UKE32,UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Led by S1 Artspace, the heart of the iconic Park Hill estate in Sheffield will be transformed into an ambitious new national flagship for arts, culture and heritage at the largest listed structure in Europe. The project's vision of ‘Enabling new ways to engage with art, society and culture’ will significantly enhance the cultural landscape of Sheffield.
By 2022 it is the intention to regenerate the northern flank of the Park Hill estate into a 7 200 sqm international centre for the production, exhibition and research of outstanding art and creativity, with one of the largest contemporary art galleries in the North.
Park Hill Art Space will showcase a programme of contemporary art exhibitions and events dedicated to enabling the widest possible audience to make connections across the spectrum of art, society and culture. It will provide studios for artists and creative businesses, a research institute, auditorium, learning space, archive, live/ work flats, production workshop, café, shop and six-acre sculpture park.
Following a feasibility study(available on request) in 2016 a preferred scheme has been identified, consisting of the following:
— Double height extension on the Duke Street and courtyard elevation.
— Openings in the existing fabric for a new stair and lift core and also double height archive space, studios and a cafe.
— Significant external repairs to the envelope of the existing building.
— General refurbishment of an existing stairwell.
The expected value of the project is 15 635 495 GBP, and the works is due to be completed by Q2 2022.
The client for the contract will be S1 Artspace.
II.1.6)Common procurement vocabulary (CPV)
71221000, 45212350, 71223000, 71317210
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
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:
Estimated value excluding VAT:
Range: between 750 000 and 950 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: In accordance with the CIC form of contract to be adopted for this procurement exercise, this appointment will be phased in accordance with contracting authority's project funding schedule.
For details of the project timeline please see the Project Information Memorandum.
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 2.7.2017. Completion 5.6.2022
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:
CIC Standard Consultant Appointment.
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
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As per CIC Standard Consultant Appointment.
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: Candidate not to be in breach of Regulation 23 of the Public Contracts Regulations 2015.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated in the Prequalification Questionnaire.
Minimum level(s) of standards possibly required: As stated in the Prequalification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated in the Prequalification Questionnaire.
Minimum level(s) of standards possibly required:
As stated in the Prequalification Questionnaire.
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: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
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 minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: As stated in the Prequalification Questionnaire.
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
2.6.2017 - 12:00
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 of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
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
Feasibility study is available on request.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
President of the RICS
United Kingdom
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:
3.5.2017