Section one: Contracting authority
one.1) Name and addresses
Hearth Historic Buildings Trust
7 College Square North
Belfast
BT1 6AR
Country
United Kingdom
NUTS code
UKN06 - Belfast
Internet address(es)
Main address
Buyer's address
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43214
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
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43214
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43214
one.4) Type of the contracting authority
Other type
Charity
one.5) Main activity
Other activity
Historic Building Trust
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Riddel’s Warehouse Project, Belfast
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
A Conservation Architect led multidisciplinary team is sought to lead the repair and refurbishment of the Grade B+ Listed Riddel’s Warehouse in Belfast.
The team will provide design services, initially to RIBA Stage 3. Pending successful outcome of a funding bid to be made in approximately Q1 2025, the team will lead and deliver design services through to the completion of RIBA Stage 6.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKN06 - Belfast
two.2.4) Description of the procurement
A Conservation Architect led multidisciplinary team is sought to lead the repair and refurbishment of the Grade B+ Listed Riddel’s Warehouse in Belfast.
The team will provide design services, initially to RIBA Stage 3. Pending successful outcome of a funding bid to be made in approximately Q1 2025, the team will lead and deliver design services through to the completion of RIBA Stage 6.
The team would consist of an accredited lead RIBA Specialist Conservation Architect or RIAI Grade1 Conservation Architect or listed on the AABC Register at category ‘A’, providing design services, supported by the following main roles;
● Project Manager
● Architect
● Quantity Surveyor
● Principal Designer (CDM)
● Structural Engineer
● Civil engineer
● M&E Consultant
● Fire Engineer
● Heritage Consultant
● Theatre Design/Acoustic Consultant
● Access Consultant
We are looking for an experienced team with a demonstrable track record in the delivery of successful & comparable listed building conservation projects. Experience of working on The National Lottery Heritage Fund projects, and with third sector organisations would be a distinct advantage.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
This contract is subject to renewal
Yes
Description of renewals
Initial contract up to RIBA Stage 3. RIBA Stage 4-6 subject to successful delivery funding from The National Heritage Fund.
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Maximum number: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Initial Stage-one Prequalification Questionnaire (PQQ) attached asks potential suppliers to self-declare their status against the exclusion grounds and to respond to selected questions which will be scored as a means of selecting IDT’s to be invited to respond to stage-two of the competition, an Invitation to Tender (ITT) for the project commission.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
RIBA Specialist Conservation Architect or RIAI Grade1 Conservation Architect or listed on the AABC Register at category ‘A’ to lead the ICT.
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
10 November 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
27 November 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
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=230461.
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:230461)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
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