CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
National Trust |
Holy Jesus Hospital, City Road |
Newcastle Upon Tyne |
NE1 2AS |
UK |
Quantity Surveyor (Todd Milburn Partnership)
Mark Berry |
+44 1912302100 |
mark.berry@todd-milburn.co.uk |
|
http://www.nationaltrust.org.uk
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
Conservation Charity |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityPrincipal Contractor to deliver conservation and infrasturcture works — The Curtain Rises at Seaton Delaval Hall |
II.1.2(a))
|
Type of works contract
|
 |
|
 |
|
 |
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Seaton Delaval Hall, The Avenue, Seaton Sluice, Whitley Bay NE26 4QR
UKC21 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The National trust is seeking to appoint a Principal contractor who will be responsible for the delivery of the construction phase of the conservation, repairs, landscape and infrastructure works to the historic buildings and features at the a Grade I listed mansion set within Grade II* registered park and gardens at Seaton Delaval Hall.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45212350 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe focus for this Project is Seaton Delaval Hall in Northumberland, a Grade I listed mansion set within Grade II — registered park and gardens. This property was acquired by the National Trust in 2009 and has since undergone major conservation works. A further major conservation and interpretation project, entitled ‘The Curtain Rises’, is currently in development. ‘The Curtain Rises’ will include urgent conservation and infrastructure works.
‘The Curtain Rises’ prioritises all necessary works to conserve Seaton Delaval Hall: from the re-roofing of the West Wing to stabilisation of the ha-ha walls and bastions, from conserving the collapsing stable stalls to consolidating the derelict Mausoleum. We will also be addressing the visitor experience, from toilets and cafe to interpretation, to ensure that we put Seaton Delaval onto a sustainable footing for the future. These works also include providing a more accessible experience by reconfiguring footpaths and creating solid links between the various areas of the estate.
We are not, at this stage, able to undertake less urgent, although still desirable, restoration works across the estate. The Curtain Rises project is viewed as being the start of a new phase of incremental activity and we know that there is much more to come.
Expressions of interest are invited from experienced contractors with relevant experience on projects of similar scale and nature. Interested companies should request and complete a Pre-qualification Questionnaire in accordance with the instructions in this document.
The SDH Curtain Rises Project, as a whole, is a conservation led project seeking to address priority conservation issues at Seaton Delaval Hall. In addition we want to improve the visitor experience on site and are upgrading our facilities to meet expectations. The Conservation and Infrastructure scope is:
— Conservation: Deliver the urgent conservation work needed to save this Grade I Listed Building and its associated landscape. Several Work Packages have been identified to repair and consolidate the main mansion buildings and key landscape features:
—— WP01 Central Hall: Works to north & south portico steps to provide greater prevention of water ingress to basement, install flooring in the basement, complete outstanding masonry repairs generally, repairs to east and west internal stairs, creation of designed infrastructure to enable creative interpretation of the spaces, includes potential for future lift access
—— WP02 West Wing: re-roof, upgrade of heating system to include conservation heating controls (and investigate renewable energy opportunities), general stonework and timber repair, internal redecoration
—— WP03 East Wing: creation of high quality visitor toilet, address internal issues in the Stables, general stonework repair
—— WP04 Brewhouse: Refurbishment, repair and conversion of existing building accompanied by new build extension to provide a 90 cover cafe
—— WP05 Landscape Structures: masonry repair of HaHa walls and bastions, masonry and timber repairs including new temporary roof to Orangery, stabilisation of the Walled garden walls including buttressing where appropriate. Repair and stabilisation of the Mausoleum and Sea Walk Walls
—— WP06 Landscape: Reviewing and re-modelling of footpath network, planting, tree works to revive the landscape offer and provide a step back to more historical layouts by creating vistas and views that have been lost or obstructed over the years whilst providing more accessible routes to greater proportion of the grounds. The works also include removal of existing play scapes and modular buildings
—— WP07 Play: Bespoke play installations and interpretation offer to both North West woods and South East gardens.
— Infrastructure: Provide facilities which are fit for purpose and enhance visitors’ experience of the property.
The Principal contractor will be responsible for the successful delivery of the construction phase of the project working alongside the National Trust, design team and key stake holders to ensure the project is completed on time, budget and to a high quality along with ensuring the duties of Principal contractor under CDM Regulations 2017 are met. The project has many challenges including maintaining the attraction open to the public during the construction works and ensuring there is a suitable offer available for visitors at all times. This will require detailed logistical planning to ensure safe passage through the site by the public and staff on a day to day basis. |
|
4 500 000,005 500 000,00 GBP |
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 05-11-2018 03-07-2020 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
Parent company guarantees may be required. Evidence of relevant insurances will be required as detailed in the documentation
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
Interim payments during construction works will be governed by the contract conditions, which will be a JCT 2011 Standard Building Contract with National Trust amendments. All costs associated with completion of tender information and submission to be borne by the contractor.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
Joint or several liability
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
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: In accordance with Article 45 of Directive 2004/18/EC and Regulation 23 of the Public Contracts Regulations 2006 (as amended):
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.
|
III.2.2)
|
Economic and financial capacity
1) All candidates will be required to provide a reference from their bank.
2) All candidates will be required to provide evidence of relevant insurances.
3) 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.
|
III.2.3)
|
Technical capacity
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.
Evidence of sound business structure, strong technical capabilities, and adequate staffing arrangements is essential.
Details of company accreditations recent experience of working on Grade 1 Listed 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 of similar character to Seaton Delaval Hall would be beneficial.
Evidence of working on projects which have remained occupied or open to general public.
Evidence of providing / creating training opportunities for key stakeholders or general public.
Evidence of public engagement during construction works.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate57 |
|
|
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.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 14-08-2018
17:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 20-08-2018
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
All relevant information in relation to the requirements and criteria for selection including full timetable can be found within the Pre-qualification Questionnaire document.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
National Trust — Legal Department |
Heelis, Kemble Drive |
Swindon |
SN2 2NA |
UK |
caroline.steel@nationaltrust.org |
+44 1793817851 |
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
The National Trust will incorporate a minimum 10 calendar day standstill period at the point information on the Award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further 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.
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 09-07-2018 |