Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Kingston Upon Hull City Council
Corporate Procurement, Room 154, 3rd Floor The Guildhall, Alfred Gelder Street
For the attention of: Mark Homersham
HU1 2AA Hull
United Kingdom
Telephone: +44 1482613694
E-mail: MTdmWmtkJ2FoZl5rbGFaZjlhbmVlXFwnYGhvJ25k
Fax: +44 1482614804
Internet address(es):
General address of the contracting authority: http://www.hullcc.gov.uk
Address of the buyer profile: https://www.yortender.co.uk
Electronic access to information: https://www.yortender.co.uk
Electronic submission of tenders and requests to participate: https://www.yortender.co.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
Regional or local authority
I.3)Main activity
General public services
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:
Provision of A Naval Architect, as Historic Ships Advisor for the Hull: Yorkshire’s Maritime City (HYMC) Project
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Kingston Upon Hull, United Kingdom
NUTS code UKE11
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)
Hull City Council is seeking to appoint a suitably qualified and experienced Naval Architect team to provide highly specialised Historic Ship renovation design services, and Project Management, to support the delivery of the “Maritime Project”, or Hull: Yorkshire’s Maritime City (HYMC). Hull City Council are now seeking to appoint a Naval Architect as Historic Ships Advisor from suppliers that can provide a full marine engineering and design consultancy service including costing, surveying and contract administration services for the restoration of the Arctic Corsair to be placed in the historic dry docks at “North End Shipyard” and the Spurn Lightship, which will be returned to a berth in the Hull Marina close to her current position. This is part of a wider scheme to restore and expand the Maritime museum, provide better storage and backroom facilities at Dock Office Chambers and a new visitor orientation centre at a New North End Shipyard, in conjunction with specialists designing the exhibit areas, conservation storage and the artefacts and renovation.
II.1.6)Common procurement vocabulary (CPV)
71000000, 71300000, 71324000, 71330000, 71334000, 71242000, 71320000, 71631420, 79421000, 79421200
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
The Council has been successful with a Heritage Lottery bid for the Hull Yorkshire Maritime City project. Funding is approved in two phases, a development grant which is due for submission on 30.5.2019 and if successful, a delivery grant commencing from circa June 2019 over five years, three of which will be the capital delivery phase. The scale of the whole project is circa 27 400 000 GBP of which the HLF will fund up to 15 000 000 GBP. Hull City Council are now seeking to appoint a Naval Architect as Historic Ships Advisor from suppliers that can provide a full marine engineering and design consultancy service including costing, surveying and contract administration services for the restoration of the Arctic Corsair to be placed in the historic dry docks at “North End Shipyard” and the Spurn Lightship, which will be returned to a berth in the Hull Marina close to her current position. This is part of a wider scheme to restore and expand the Maritime museum, provide better storage and backroom facilities at Dock Office Chambers and a new visitor orientation centre at a New North End Shipyard, in conjunction with specialists designing the exhibit areas, conservation storage and the artefacts & renovation.Work will be in conjunction with Hull Culture and Leisure staff, in particular the Curator of Maritime and Social History and the Multi-Disciplinary Design Team (MDT), and the Museum Exhibition and Interpretation Design Team. The MDT will co-ordinate the designs and design programmes of these separate consultancies, which will be reflected in the NEC3 Professional Services Contract.
The team should be led by an Accredited Conservation Naval Architect or Engineer and shall act as Designer for this scheme and will work closely with the Principal Designer (who will coordinate the design elements and outputs from the separate project work streams) to ensure that all engineering risks are dealt with in accordance with the CDM Regulations 2015 and that any specific maritime safety requirements and regulations are complied with. The Naval Architect will ensure that a pre-construction phase Health and Safety file is compiled for a smooth handover to the engineering phase.
Estimated value excluding VAT:
Range: between 300 000,00 and 350 000,00 GBP
II.2.2)Information about options
Options: no
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 25.6.2018. Completion 30.9.2022
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond or parent company guarantee may be 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:
Joint and several liability will be required unless a single legal entity is formed
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: All participating suppliers are required to register on Hull City Council’s electronic tender portal (YORtender), accessed by weblink https://www.yortender.co.uk. All tenderers will be required to complete a Standard Questionnaire document enclosed with the Invitation To Tender documents. Only those suppliers successfully meeting the minimum / mandatory requirements will have their submissions evaluated.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All participating suppliers are required to register on Hull City Council’s electronic tender portal (YORtender), accessed by weblink https://www.yortender.co.uk. All tenderers will be required to complete a Standard Questionnaire document enclosed with the Invitation To Tender documents. Only those suppliers successfully meeting the minimum / mandatory requirements will have their submissions evaluated.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All participating suppliers are required to register on Hull City Council’s electronic tender portal (YORtender), accessed by weblink https://www.yortender.co.uk. All tenderers will be required to complete a Standard Questionnaire document enclosed with the Invitation To Tender documents. Only those suppliers successfully meeting the minimum / mandatory requirements will have their submissions evaluated.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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:
DN334329
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 21.5.2018 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
25.5.2018 - 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
in days: 90 (from the date stated for receipt of 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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Town Clerk
The Guildhall Alfred Gelder Street Hull
HU1 2AA Hull
United Kingdom
Telephone: +44 1482300300
Internet address: http://www.hullcc.gov.uk
Fax: +44 1482614804
Body responsible for mediation procedures
Town Clerk
The Guildhall Alfred Gelder Street Hull
HU1 2AA Hull
United Kingdom
Telephone: +44 1482300300
Internet address: http://www.hullcc.gov.uk
Fax: +44 1482614804
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Direct these to the Town Clerk, Kingston Upon Hull City Council
VI.4.3)Service from which information about the lodging of appeals may be obtained
Town Clerk
The Guildhall Alfred Gelder Street Hull
HU1 2AA Hull
United Kingdom
Telephone: +44 1482300300
Internet address: http://www.hullcc.gov.uk
Fax: +44 1482614804
VI.5)Date of dispatch of this notice:
17.4.2018