CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Cambrian Heritage Regeneration Trust |
Llanelly House, Bridge Street |
Llanelli |
SA15 3UF |
UK |
Claire Deacon |
+44 1554772857 |
claire.deacon@chrt.org.uk |
|
www.chrt.org.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0926
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
Registered Charity |
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Conservation of Culture and Heritage |
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityRestoration of the YMCA Merthyr Tydfil: Architectural Services |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract12 |
II.1.2)
|
Main site or location of works, place of delivery or performance
Former YMCA, Pontmorlais Promenade, Merthyr Tydfil, CF47 8UN
UK |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
The Cambrian Heritage Regeneration Trust, a registered Charity and Building Preservation Trust, is currently developing a c.GBP 3m project to restore the former YMCA building in Merthyr Tydfil and to convert it into modern office spaces for the creative industries.
The YMCA is a significant Grade II structure with a terracotta façade which dominates the Pontmorlais area of Merthyr Tydfil. It was designed by Sir Percy Thomas, one of Wale’s foremost Architects and is significant as his first major commission. Its restoration will mark a considerable achievement for regeneration in Merthyr Tydfil and Wales.
We need to procure the services of an Architect for the Project. The successful appointment will have a demonstrated track record in: the conservation of outstanding historic buildings; the conversion of historic buildings for innovative new uses and excellent skills in presenting a strong lead to the professional team and working to ensure the project is delivered in time and to budget. The lead Architect must be accredited as a Specialist Conservation Architect by the RIBA or equivalent (AABC) and experience of leading similar multi-million GBP projects in Wales.
Previous consultancy work on the project includes a Feasibility Study 2011; detailed site survey 2014 and an Options Appraisal for Circulation and Layout with QS Costings 2015. In addition to this an initial phase of emergency structural works and stabilisation works has been undertaken to the property including the removal of all asbestos from the site; the construction of a temporary roof structure and slope stabilisation works to the rear.
This tender is for services under RIBA Plan of Work 2013 Services will include a Concept Review (Stage 2) to Use (Stage 7). Progression to Stage 7 will be subject to HLF Approval following the completion of Technical Design (Stage 4).
During the Contract Period the Architects will act as Contract Administrators.
The target for Stage 2 submission to the HLF April 2016; so all design and technical preparation of the tender documentation would need to be completed by early March 2016.
The target for the completion of the restoration is Easter 2018.
Contract Type: It is anticipated that the contract type will be a standard RIBA Contract 2010 (2012 Revisions) and the Cambrian Heritage Regeneration Trust General Conditions of Contract.
The tender is an open accelerated procedure due to the urgency of the project timings.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=27892.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45212350 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 05-10-2015 08-10-2019 |
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 Terms of financing and payment and/or reference to the relevant provisions
Installment payments
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(1) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(2) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(3) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
|
III.2.3)
|
Technical capacity
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? Yes
Architect |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate |
|
Objective criteria for choosing the limited number of candidates
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Quality |
60 |
|
Cost |
40 |
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 25-09-2015
14:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 25-12-2015 |
IV.3.8)
|
Conditions for opening tenders
|
|
John Conrad Williams, Chair, Cambrian Heritage Regeneration TrustClaire Deacon, Chief Executive, Cambrian Heritage Regeneration Trust
|
|
25-09-2015
16:00 Llanelly House, Bridge Street, Llanelli, Carmarthenshire, SA15 3UF
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
(WA Ref:27892)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 07-09-2015 |