Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Award Notice

Project Management Hay Castle

  • First published: 06 September 2016
  • Last modified: 06 September 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-047576
Published by:
Hay Castle Trust Ltd
Authority ID:
AA32091
Publication date:
06 September 2016
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Brief for Project Management of Hay Castle 1.0 PROJECT INFORMATION 1.1 The Client Body 1.1.1 The services required for delivery of this appointment are being procured by Hay Castle Trust Ltd. 1.2 Background 1.2.1 Hay Castle Trust Ltd has received funding from the Heritage Lottery Fund and other sources to deliver the Hay Castle Restoration Project: For the first time in 800 years, the Castle in the heart of Hay-on-Wye, internationally famed Town of Books, is held in trust for the public. The project will rescue and conserve the critically at-risk Medieval keep and archway, Jacobean mansion and later service wing; restore and open the ancient gate - the oldest of its kind in the UK; reinstate the vital connection between the Castle and the town; and create a culturally and economically vibrant centre for the arts and training. The project will include both traditional building skills and culinary training, a museum-standard gallery that will host touring exhibitions from major collections; a platform of sensitive design high in the castle keep that will create a memorable visitor experience; a characterful learning space to engage young and old; a reading room and archive; a catering kitchen and café; and flexible function rooms. The project will create new jobs and support the regional economy. Hay Castle will be a major heritage destination, with free access for everyone. 1.2.2 The Trust wishes to appoint a Project Manager consultant to undertake work envisioned as follows: Provide project management services to advise on OJEU procurement process to tender for a contractor, manage the tender process and project manage the pre-construction and constructions phases of the project from RIBA Stage 4 (technical design) through RIBA Stage 6 (handover and close out). 2.0 THE TENDER 2.1 Brief 2.1.1 The Project Manager must be fully aware of the latest requirements of the HLF (strategic framework 2013-2018) and be well versed in the relevant guidelines for this work. The Project Manager will be required to understand the project by drawing on existing work, reports, plans and other research. 2.1.2 The scope of work for the Project Manager is outlined below. Please note that ‘Professional Team’ includes lead architect and other consultants. 2.1.3 The Project Manager will work closely with the Trust’s Managing Director and the Trust’s Project Committee. The Project Manager will be responsible for ensuring that the procurement process for the Contractor(s) is robust and compliant with all current UK and European legislation and not subject to any challenge. 2.2. Scope of services for Project Management through the Delivery Phase 1. Attend client, design, project, construction and other meetings. 2. Establish a structure and procedure for project, design, construction and other meetings including frequency, function, required attendees, chairperson and responsibility for recording of meetings and circulating reports and other information. Convene, chair and minute project meetings. 3. Prepare and maintain a Project Execution Plan (PEP) or similar management tool, identifying the roles and responsibilities of the client, the Professional Team, the contractor and specialist sub-contractors and suppliers. Establish review, approval, variation and reporting procedures. Prepare recommendations for the client’s approval. 4. Agree financial and progress reporting procedures with the client and the Professional Team. Implement agreed procedures. 5. Issue instructions on behalf of the client to the Professional Team in accordance with the terms of their appointments/contracts 6. Monitor the performance of the Professional Team, and report to the MD. 7. Liaise with the Professional Team, prepare and maintain the programme for the technical design, procurement and construction of the project. Monitor actual against planned progress and report to the MD. 8. Liaise with the Professional Team and establish a structure and pr

Full notice text

CONTRACT AWARD NOTICE – NATIONAL

SERVICES

1 Authority Details

1.1

Authority Name and Address


Hay Castle Trust Ltd

Hay Castle, Hay-on-Wye,

Hereford

HR3 5DG

UK

Nancy Lavin Albert

+44 1497820079

haycastlehiring@gmail.com

http://www.haycastletrust.org

2 Contract Details

2.1

Title

Project Management Hay Castle

2.2

Description of the contract

Brief for Project Management of Hay Castle

1.0 PROJECT INFORMATION

1.1 The Client Body

1.1.1 The services required for delivery of this appointment are being procured by Hay Castle Trust Ltd.

1.2 Background

1.2.1 Hay Castle Trust Ltd has received funding from the Heritage Lottery Fund and other sources to deliver the Hay Castle Restoration Project:

For the first time in 800 years, the Castle in the heart of Hay-on-Wye, internationally famed Town of Books, is held in trust for the public. The project will rescue and conserve the critically at-risk Medieval keep and archway, Jacobean mansion and later service wing; restore and open the ancient gate - the oldest of its kind in the UK; reinstate the vital connection between the Castle and the town; and create a culturally and economically vibrant centre for the arts and training.

The project will include both traditional building skills and culinary training, a museum-standard gallery that will host touring exhibitions from major collections; a platform of sensitive design high in the castle keep that will create a memorable visitor experience; a characterful learning space to engage young and old; a reading room and archive; a catering kitchen and café; and flexible function rooms. The project will create new jobs and support the regional economy. Hay Castle will be a major heritage destination, with free access for everyone.

1.2.2 The Trust wishes to appoint a Project Manager consultant to undertake work envisioned as follows:

Provide project management services to advise on OJEU procurement process to tender for a contractor, manage the tender process and project manage the pre-construction and constructions phases of the project from RIBA Stage 4 (technical design) through RIBA Stage 6 (handover and close out).

2.0 THE TENDER

2.1 Brief

2.1.1 The Project Manager must be fully aware of the latest requirements of the HLF (strategic framework 2013-2018) and be well versed in the relevant guidelines for this work. The Project Manager will be required to understand the project by drawing on existing work, reports, plans and other research.

2.1.2 The scope of work for the Project Manager is outlined below. Please note that ‘Professional Team’ includes lead architect and other consultants.

2.1.3 The Project Manager will work closely with the Trust’s Managing Director and the Trust’s Project Committee. The Project Manager will be responsible for ensuring that the procurement process for the Contractor(s) is robust and compliant with all current UK and European legislation and not subject to any challenge.

2.2. Scope of services for Project Management through the Delivery Phase

1. Attend client, design, project, construction and other meetings.

2. Establish a structure and procedure for project, design, construction and other

meetings including frequency, function, required attendees, chairperson and responsibility for recording of meetings and circulating reports and other information.

Convene, chair and minute project meetings.

3. Prepare and maintain a Project Execution Plan (PEP) or similar management tool,

identifying the roles and responsibilities of the client, the Professional Team, the contractor and specialist sub-contractors and suppliers. Establish review, approval, variation and reporting procedures. Prepare recommendations for the client’s approval.

4. Agree financial and progress reporting procedures with the client and the Professional Team. Implement agreed procedures.

5. Issue instructions on behalf of the client to the Professional Team in accordance with the terms of their appointments/contracts

6. Monitor the performance of the Professional Team, and report to the MD.

7. Liaise with the Professional Team, prepare and maintain the programme for the

technical design, procurement and construction of the project. Monitor actual against

planned progress and report to the MD.

8. Liaise with the Professional Team and establish a structure and procedure for:

i. Quality management: Establish review, approval, variation and reporting procedures. Prepare recommendations for the MD’s approval.

ii. Programme management: Establish review, approval, variation and reporting procedures. Prepare recommendations for the MD’s approval.

iii. Cost management: Establish review, approval, variation and reporting procedures. Prepare recommendations for the MD’s approval.

iv. Prepare a scheme design or similar report summarising the project design, cost, programme and risk register. Establish review, approval, variation and reporting procedures. Prepare recommendations for the client’s approval.

v. Identify any long delivery building components and systems: Prepare recommendations for the Client’s approval.

9. With the appointed QS, confirm the scope of the Building Contract. With MD, obtain legal review of contracts.

10. Prepare a risk management strategy. Update and maintain the project risk register and advise on additional works req

uired by third parties.

11. In conjunction with the MD and appointed QS, prepare tender documents and advise on tendering and contractual procurement options in accordance with OJEU.

i. Manage the tender process and the issue of documentation.

ii. Attend tender interviews and assist drawing up set of questions and scoring

criteria matrices.

iii. Advise on the tenderer’s design and construction programmes and method

statements.

iv. In conjunction with the appointed QS, liaise with the Professional Team and

prepare a tender report. Prepare recommendations for the client’s approval.

v. Conduct negotiations with tenderers. Obtain documentation from the

Professional Team to confirm adjustments to the tender sum.

12. Obtain confirmation that required insurances are in place prior to

commencement of works on the site.

13. Obtain authorisation from the MD/client for additional costs where the

consultant’s limit of authority is exceeded.

14. Liaise with the MD/client, the Professional Team and the contractor and prepare and maintain a handover plan, or similar management tool, identifying the roles and responsibilities of the client, the Professional Team and the contractor. Establish review, approval, variation and reporting procedures.

15. Contract Administration may or may not be executed by the PM; we are asking for a separate fee quote for this service.

2.3 Timetable for Appointment of Project Manager and Project Timescales

2.3.1 It is anticipated that the Project Manager will be appointed by 1 September 2016.

2.3.2 Refer to the attached programme that indicates the Trust’s anticipated timescale to appoint the Contractor and other milestones.

2.3.3 Indicative Project Timescales includes: Planning Permission and Consents 1 October 2016; HLF Permission to Start 1 October 2016; Delivery stage to commence 1 October 2016 and conclude 1 February 2019; Award of Main Contractor 1 May 2017; Construction to commence 1 June 2017; and Close Out 1 February 2019. The tender will be tied to the stages of the project, not these specific dates.

2.4 Submission of Tenders and Fees

2.4.1 Tenders must be submitted, in an unmarked enveloped, no later than 22 July 2016 to the Managing Director (Nancy Lavin Albert). The Tenderers should provide one complete hard copy and one electronic version.

Nancy Lavin Albert

Managing Director

Hay Caste

Hay-on-Wye

Hereford, HR3 5DG

2.4.2 If, on checking the Tender documents, errors of extension or addition are discovered, the Tenderer will be given the opportunity of confirming their offer and amending the Tender to correct such errors.

2.4.3 Tenderers are required to return the following information:

1. Project methodology – short, succinct and practical in nature.

This should include a statement as to whether the Trust’s indicative programme for the project is achievable.

2. Submit fixed lump sum price inclusive of all expenses (exclusive of VAT). Include resources (days per month) and agreed day rate for potential overage.

3. Submit a separate fixed lump sum price inclusive of all expenses (exclusive of VAT) for carrying out Contract Administration role.

4. CV’s of relevant staff members. [Note: The Trust will require a single key Project Manager.]

5. Evidence of PI cover (minimum of £5 million for each and every claim). If this is

not available they tenderer should confirm that they would be eligible to obtain this level of cover if appointed.

6. Evidence of Public and Employer Liability Insurance (minimum of £5 Million). If

this is not available tenderer should confirm that they would be eligible to obtain this level of cover if appointed.

7. On no more than two sides of A4 indicate why the Trust should employ the

tendering firm or individual.

2.4.4 All Tenderers will be invited to visit Hay Castle during the tender process.

2.5 AWARD OF CONTRACT

2.5.1 All communications between tenderers and the Trust must be in English.

2.5.2 The Trust intends to award this contract to the tenderer who submits the most economically advantageous tender based upon the criteria stated below:

i. Price 40%

ii. Resource and relevant experience of project management 40%

iii. Understanding of the commission/ methodology and assessment of the key issues to be addressed 20%

2.5.3 The Trust reserves the right not to accept any of the tenders received or award this contract as a result of this procurement process.

2.5.4 The Trust reserves the right to terminate the Project Management appointment at any stage (or point within a stage) and does not guarantee that the successful Tenderer will carry out the Contract Administration role.

2.5.5 The Trust will not be liable for any costs incurred by the tenderers in compiling and

preparing this tender.

2.5.6 Tenders must remain open for acceptance by the Trust for a minimum period of 120 working days commencing from the date of submission of the tender.

2.5.7 Interviews for shortlisted individuals or companies will be held week commencing 15 August 2016.

2.5.8 The successful tenderer will be appointed using “The CIC Consultants' Contract

Conditions - second edition 2011.”

3.0 BUDGET

3.1.1

The construction cost currently estimated for the Delivery Phase is £4.1m (excluding preliminaries and contingency).

4.0 CONTACT DETAILS

4.1.1 Any questions should be addressed in writing by e-mail to the Hay Castle Managing Director Nancy Lavin Albert.

Email address: info@haycastletrust.org

Telephone: 01497 820 079

2.3

Notice Coding and Classification

71000000 Architectural, construction, engineering and inspection services
100 UK - All
1000 WALES
1010 West Wales and The Valleys
1011 Isle of Anglesey
1012 Gwynedd
1013 Conwy and Denbighshire
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1017 Bridgend and Neath Port Talbot
1018 Swansea
1020 East Wales
1021 Monmouthshire and Newport
1022 Cardiff and Vale of Glamorgan
1023 Flintshire and Wrexham
1024 Powys

2.4

Estimated Total Value

3 Procedure

3.1

Type of Procedure

Single stage

4 Award of Contract

4.1

Successful Bidders

4.1.1

Name and Address of successful supplier, contractor or service provider





Mott Macdonald

Fitzalan House, Fitzalan Road,

Cardiff

cf24 0el

UK




5 Other Information

5.1

Reference number attributed to the notice by the contracting authority

N/a

5.2

Date of Contract Award

 22-08-2016

5.3

Number of tenders received

11

5.4

Other Information

(WA Ref:53054)

5.5

Additional Documentation

N/a

5.6

Publication date of this notice:

 06-09-2016

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
100 UK - All
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
27 June 2016
Deadline date:
22 July 2016 00:00
Notice type:
Contract Notice
Authority name:
Hay Castle Trust Ltd
Publication date:
06 September 2016
Notice type:
Contract Award Notice
Authority name:
Hay Castle Trust Ltd

About the buyer

Main contact:
haycastlehiring@gmail.com
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.