Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)English Heritage
English Heritage, 24 Brooklands Avenue
For the attention of: Amy Saunders
CB2 8BU Cambridge
UNITED KINGDOM
E-mail:
Internet address(es):
General address of the contracting authority: www.english-heritage.org.uk
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)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityRecreation, culture and religion
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:Bolsover Castle Re-interpretation of the Little Castle.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 27: Other services
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)Artistic and literary creation and interpretation services. Museum-exhibition services. English Heritage is seeking expressions of interest from exhibition designers with proven experience of delivering interpretation in historic buildings for the creation of a new visitor experience at Bolsover Castle. The project involves the design and production of a new presentation and interpretation (including graphic elements and audiovisual experiences) of the castle interiors and gardens. The following elements will be included: audiovisual experiences (talking head, video, projections, soundscapes, smell diffusers), models and interactive displays, graphic and 3D design and build, object displays, reproduction dressing of historic spaces including painted and fabric wall hangings, reproduction costumes and furnishings.
Bolsover Castle is one of the most spectacular and architecturally outstanding 17th century houses in England. It was designed and used by a family of exceptionally important and interesting personalities and there is a very rich story to tell, with interleaved layers of historical significance and human interest. These stories can be challenging to our visitors and so a representation project is highly desirable as a way to bring this once vibrant place to life. Both the site as a whole, and the Little Castle as an individual element, are of the highest significance, both nationally and internationally. As such, any interpretation and presentation scheme must be carried out with the greatest of academic rigour, and with a full understanding of the impact on the building fabric of any intervention. Any intervention on the fabric of the building should be kept to an absolute minimum, and always be technically reversible.
The new visitor experience is due to open for Easter 2014 and the interpretation scheme is part of a wider project which includes building and conservation works. The budget is a range of GBP 265 000 - GBP 310 000 subject to confirmation of scope of services.
As part of your pre qualification questionnaire you will be asked to provide details of the sub contractors you would be using if awarded the contract (if known).
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:Estimated value excluding VAT:
Range: between 265 000,00 and 310 000,00 GBP
II.2.2)Information about options
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 8 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:A performance bond may be required or a parent company guarantee in the case of a subsidiary company.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
Information and formalities necessary for evaluating if requirements are met: Service providers expressing an interest in this tender must complete a prequalification questionnaire which will be available on e-mailed request from the address in I.1. On the basis of responses to the questionnaire English Heritage will select the service providers who will be invited to tender. Pre qualification questionnaires must be returned no later than 9 am on 29.04.2013, please send 1 hard / 1 soft copy.
Only those companies with proven track record of delivering interpretation within a historic setting should apply.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As per PQQ.
Minimum level(s) of standards possibly required: As per PQQ.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per PQQ.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 6
Objective criteria for choosing the limited number of candidates: Service providers expressing an interest in this tender must complete a prequalification questionnaire which will be available on e-mailed request from the address in I.1. On the basis of responses to the questionnaire English Heritage will select the service providers who will be invited to tender. Pre qualification questionnaires must be returned no later than 9 am on 29.04.2013, please send 1 hard / 1 soft copy.
Only those companies with proven track record of delivering interpretation within a historic setting should apply.Please return all PQQs to the Cambridge Office.
Plans of the building will be issued with the PQQ; detailed specifications will be issued with the ITT.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:330-084-9834-00
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentPayable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate29.4.2013 - 09:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates6.5.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional informationThe contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=55719046
GO Reference: GO-2013326-PRO-4687817
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:26.3.2013