United Kingdom-Newcastle Upon Tyne: Architectural, construction, engineering and inspection services
2018/S 152-350002
Contract notice
Services
Section I: Contracting authority
Byker Community Trust
17 Raby Cross, Byker
Contact point(s): Quantity Surveyor (Todd Milburn Partnership)
For the attention of: Mark Berry
NE6 2FF Newcastle Upon Tyne
United Kingdom
Telephone: +44 1912302100
E-mail: MjIwWU1eVxpOUV5eZSxgW1BQGVlVWE5hXloaT1saYVc=
Internet address(es):
General address of the contracting authority: https://bykercommunitytrust.org/
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)
Section II: Object of the contract
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: Byker Estate, Byker, Newcastle Upon Tyne
NUTS code UKC22
They will be required to produce a design specification that is affordable, meets the requirements of Historic England, balances both BCT and tenant priorities, addresses future maintenance requirements, meets the lifestyle and expectations of our tenants and impacts positively on the future sustainability of the estate, enhancing tenancy sustainability and the Net Present Value of our assets. The estate redesign must seek to improve the quality of lives of people living on our estate.
Setting standards within the developing Heritage partnership agreement will enable tenancies to be managed in the future in a more proactive way to enable a consistent approach to granting permission for tenant’s requests for alterations in line with their tenancy agreement and the estates Grade II* listing. It is envisaged that the design team will be procured for the entire design stage of the environmental upgrade up to and including securing planning permission and listed building consent.
Byker Community Trust took ownership of the Byker Estate on 5.7.2012 as stock was transferred from Newcastle City Council to Byker Community Trust (BCT). The Official offer document to tenants committed BCT to deliver four main areas of investment in its first 10 years. This project will see BCT deliver on its final promise as part of that offer.
71000000, 71200000, 71210000, 71220000, 71222000, 71221000, 71230000, 71240000, 71400000, 71420000, 45212350, 90712100
— Undertake consultation through their own structured framework (to be put forward) working alongside BCT in their own engagement process capturing feedback from all groups within the estate to hone the design and ensure the project captures elements that are a priority as a result of tenant / stakeholder feedback
— Produce detailed designs and specifications by Neighbourhood area, based on feedback received and using the framework that has been established to present ideas as they develop to further refine the designs. Close liaison is envisaged with NCC and Historic England to ensure designs are in line with the developing Heritage Partnership Document.
— Co-ordination of any sub-consultants as required to achieve the brief
— Preparing and submission of Planning and Listed Building Consents as applicable
The appointed design team will also be encouraged to meet with a range of BCTs partners as part of a consultation process to fully understand the maintenance requirements of this estate. This could include, but is not limited to:
— Emergency services – Police, fire and ambulance
— NCC – highways, street lighting, drainage etc.
— BCT Grounds maintenance and environmental team including the arbour work
— Pest control
— BCT Repairs and maintenance team
— NCC District heating team
— BCT housing management team
— NCC Waste management team
— Statutory undertakers including service providers
— Owners of non-residential buildings including – schools, community centre, churches etc.
— The community – including tenants, leaseholders, freeholders, TARA’s, ACANE, Sheltered blocks etc.
Further background information:
As part of the ‘Your Byker Future, Official Offer Document May 2011’, the need for major external environmental improvements across the estate was identified.
It placed a transfer commitment on BCT to investigate a number of environmental improvements as part of this process. The document stated that improvements would be designed after consultation and engagement with tenants. Designs will be tasked to address key issues identified by residents and ensure that each neighbourhood within the Estate is upgraded to preserve its own distinctive characteristics, as the Estate’s architect Ralph Erskine, originally intended.
The considerations for improvements may include:-
1) Car access and car parking
— Improving street lighting and lighting to car park areas;
— Maintaining or replacing landscaping where it can be seen from surrounding homes by: Using CCTV to improve security / providing secure boundaries to car parking areas.
2) Pedestrian Movement
— Improving CCTV;
— Making the entrances to the estate through the Byker Wall safer and more welcoming;
— Maintaining or replacing landscaping next to footpaths;
— Improving sign posting and signage across the estate.
3) Materials, Maintenance and Management
— Looking at the original features of the estate, to make sure they are fit for purpose such as walls and fencing;
— Making sure brickwork repairs are carried out with the same brick type and colour as originally used;
— Repairing and replacing road surfaces as per the original design.
4) Refuse Management and Recycling
— Changing the original bin stores so that modern wheelie bins can fit;
— Introducing a system that makes bins easier to be collected and looks at storage issues to improve the appearance of the estate;
— Setting up more opportunities for recycling.
5) Safety and Security
— Improving CCTV;
— Modernising the hobby rooms and bringing them back into use;
— Providing safer play areas.
6) Sustainability
— Investing in solar panels (photovoltaic) to generate electricity.
7) Play and Recreation
— Creating safe play areas;
— Making play areas and other opportunities such as trim trails for adults more exciting and unique.
8) Trees and Landscaping
— Thinning or removing some of the trees which have become too big for the spaces they are in, or where they interfere with television reception;
— Replacing flower beds and hedges etc. which originally formed garden boundaries.
It also committed BCT to explore solutions for digital access on the estate.
Any improvements to the estate would be designed with the help of residents, NCC Planning Authority and Historic England. This was to ensure that the proposals are both what people want to see and that they do not harm the heritage value of the estate. Each neighbourhood will go through its own design process to identify the priorities and needs within that neighbourhood in consultation with local residents.
Estimated value excluding VAT:
Range: between 160 000,00 and 230 000,00 GBP
Section III: Legal, economic, financial and technical information
1) 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 have not been the subject of a conviction by final judgment for one or more of the reasons listed below:
(a) participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA (1);
(b) corruption, as defined in Article 3 of the Council Act of 26.5.1997 and Article 3(1) of Council Joint Action98/742/JHA respectively;
(c) fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(d) money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering.
2) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent. Failure to provide such declarations will result in the candidate being declared ineligible for selection to participate in this procurement process.
2) All candidates will be required to provide financial statements covering the previous 2 financial years, and including the total turnover of the candidate and the turnover in respect of activities which are of a similar nature to the subject matter of this notice.
Candidates must provide:
1) A comprehensive formal statement of the candidate's Technical capabilities.
2) Evidence of the candidate's ability to work on buildings of particular historic or architectural interest, including details of relevant experience as appropriate.
3) A statement of the candidate's average number of staff and managerial staff.
4) Details of the educational and professional qualifications of the candidate's managerial staff, and those of the named person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
5) A copy of the candidate's company quality policy statement, together with evidence showing that the candidate's company quality system is compliant to a relevant quality standard.
6) Details of work similar to that required under this notice, which has been carried out by the candidate for a minimum of 3 other clients within the last 2 years, including relevant descriptions, plans and/or photographs of the works, and contact details of the clients for whom those works were carried out.
7) An indication of the proportion of the contract which is the subject of this notice, and the precise nature of the work, which the candidate would propose to subcontract.
8) In the event that the candidate is unable to demonstrate direct experience of work similar to that required under this contract, in respect of buildings of particular architectural or historic interest, such other information as will enable the contracting authority to assess the candidate's ability to carry out such work.
9) Evidence of effective collaborative working with other parties, relevant to projects of a similar nature and complexity.
Minimum level(s) of standards possibly required:
Evidence of sound business structure, strong technical capabilities, and adequate staffing arrangements is essential. Details of company accreditations recent experience of working on Grade II* listed estates / buildings (or equivalent) is essential. Evidence of how best your approach provides local economic benefit would be beneficial. Evidence of an acceptable quality management system is essential. Evidence of ability to work collaboratively with clients, design team, and other professional specialists, relevant to projects of a similar nature and complexity, is essential. Knowledge and experience of working on buildings / estates of similar character to the Byker Estate would be beneficial. Evidence of working on public open space projects evidence of providing / creating training opportunities for key stakeholders or general public. Evidence of public engagement during design and / or construction works.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: By selecting between 5 and 7 candidates to be invited to tender we will achieve a reasonable spread of competition while ensuring a manageable procurement process and provide suitable competition to ensure best value is achieved. The minimum standards for selecting the limited number of candidates is set out in section III above. Further information about methodology for the evaluation of candidates' submissions is set out in the Pre-qualification Questionnaire.
Section VI: Complementary information
Byker Community Trust
United Kingdom
Debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period.