Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Buxton Crescent Hotel and Thermal Spa Company Limited
Rectory Lodge, Combe Hay, Bath
Contact point(s): Buro Four Project Services
For the attention of: Gary James
BA2 7EG Buxton
UNITED KINGDOM
Telephone: +44 1619060200
E-mail:
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: Buro Four Project Services
Amazon House, 3 Brazil Street
Contact point(s): Gary James
M1 3PJ Manchester
UNITED KINGDOM
Telephone: +44 1619060200
E-mail:
I.2)Type of the contracting authorityOther: Leisure
I.3)Main activityOther: Leisure
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:Hotel and thermal spa interior design services.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Buxton, Derbyshire.
NUTS code UKF1
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)An interior designer for a Grade 1 Listed Hotel and Spa refurbishment is required to provide a focus on the design of the internal spaces, ensuring there is a cohesive design theme running through the building, ensuring that the finishes are appropriate for the specialist uses in the building and that the services and other key interfaces are fully coordinated so they are ‘lost' in the design. They need to take the ‘base building' design to the next level of design, to ensure the quality and feel of the various spaces is appropriate.
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): no
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:The full scope is included within PQQ document.
Estimated value excluding VAT:
Range: between 180 000 and 300 000 GBP
II.2.2)Information about optionsOptions: no
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: 30 (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:
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: 1. Candidates must provide details on any deduction or any other penalties in respect of any contract within the last 3 years
2. Candidates must provide details of any contractual disputes which has resulted in adjudication, arbitration, litigation or legal proceedings in the last 5 years
3. Candidates must provide evidence of any contract not renewed for failure to perform to the terms of a contract within the last 5 years.
4. Candidated must provide evidence of any contract ended early by mutual agreement following allegations of default on the organisation's part or for any other reason within the last 5 years.
5. Candidates (or any staff within your organisation) must provide evidence of any criminal offence relating to the conduct of a business or profession or any offence of dishonesty.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: 1. All candidates must provide information on last 3 years of company accounts
2. All candidates must hold and provide level held of Employers Liability, Public Liability and Professional Indemnity Insurances.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
1. Candidates must be ISO 9001 and 14001 accredited;
2. Candidates must be able to demonstrate working with Grade I Listed Buildings;
3. Candidated must have experience in luxury hotel and thermal spa interior design;
4. Candidates must be able to demonstrate lighting design capabilities.
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: yes
Reference to the relevant law, regulation or administrative provision: Interior Design.
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureAccelerated restricted
Justification for the choice of accelerated procedure: Building being at risk as it is Grade I Listed.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Criteria stated within the PQQ.
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 below
1. Quality. Weighting 60
2. Price. Weighting 40
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:
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 participate26.4.2013 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upAny EU official language
Other: English
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 informationPQQ document can be obtained buy sending an expression of interest to the contact name quoted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresBuro Four Project Services Ltd
Amazon House, 3 Brazil Street
M1 3PJ Manchester
UNITED KINGDOM
Telephone: +44 1619060200
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:11.4.2013