Opportunity

Heritage at Holy Trinity, Hastings: Architectural Design Team

  • Holy Trinity Hastings

F02: Contract notice

Notice reference: 2024/S 000-008021

Published 13 March 2024, 12:45pm



Section one: Contracting authority

one.1) Name and addresses

Holy Trinity Hastings

Robertson Street

Hastings

TN34 1HT

Email

enquiries@focus-consultants.com

Telephone

+44 7976596865

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

https://www.hthchurch.org/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43233

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.mytenders.co.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.mytenders.co.uk

one.4) Type of the contracting authority

Other type

Parish Church

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Heritage at Holy Trinity, Hastings: Architectural Design Team

two.1.2) Main CPV code

  • 71220000 - Architectural design services

two.1.3) Type of contract

Services

two.1.4) Short description

Restricted procurement process for an Architectural Design Team under one contract for a capital National Lottery Heritage Fund project at Grade II* Holy Trinity church in Hastings.

Architectural Design Team including:

-Lead Designer / Architect including conservation architectural advice, preparation of the Conservation Management Plan and production of management and maintenance plan (Heritage Fund requirement)

-MEP/ Services Engineer

-Structural Engineer

-Principal Designer

-Access Consultant

-Lighting Designer

-Contract Administrator

We are currently inviting expressions of interest via the submission of the Standard Selection Questionnaire. Suppliers will be shortlisted based on the criteria set out in the SSQ. We will then invite five shortlisted suppliers to tender.

two.1.5) Estimated total value

Value excluding VAT: £367,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services
  • 71312000 - Structural engineering consultancy services
  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKJ22 - East Sussex CC
Main site or place of performance

Holy Trinity Church, Robertson Street, Hastings, TN34 1HT

two.2.4) Description of the procurement

Restricted Process:

-1st Stage: Standard Selection Questionnaire (SSQ)

-2nd Stage: Tender

Suppliers are currently invited to express interest through the submission of a SSQ. We will shortlist to five suppliers and they will be issued with an Invitation To Tender.

two.2.5) Award criteria

Quality criterion - Name: Relevant experience of individuals in team (CVs) / Weighting: 20

Quality criterion - Name: Proposed Methodology / Weighting: 30

Quality criterion - Name: Social value - training of young people / Weighting: 10

Cost criterion - Name: Resources for RIBA 2 and 3 / Weighting: 10

Cost criterion - Name: % for RIBA 4-7 / Weighting: 15

Cost criterion - Name: Fixed price RIBA 2 and 3 / Weighting: 15

two.2.6) Estimated value

Value excluding VAT: £367,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

24 June 2024

End date

31 August 2028

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

Experience - 60%

Team Structure - 40%

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

The minimum annual turnover required for this contract is GBP184,000pa which is two times the expected contract value.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

12 April 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

24 April 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=231549.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:231549)

six.4) Procedures for review

six.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview@cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit