CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Merthyr Tydfil County Borough Council |
Unit 5,, Triangle Business Park, Pentrebach |
Merthyr Tydfil |
CF48 4TQ |
UK |
Procurement
Paul Davies |
+44 1685724904 |
|
|
http://www.merthyr.gov.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0347
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityCyfarthfa Castle Redevelopment |
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
Merthyr Tydfil
UKL15 |
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 requirement is to establish a Cyfarthfa Castle Redevelopment. This opportunity arises through the relocation of Cyfarthfa School to a new site leaving the Castle vacant for a new use.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=29580
|
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 scopeMTCBC are currently seeking to appoint a multi disciplinary team comprising of Architects, Quantity Surveyor, Mechanical & Electrical Engineering, Structural Engineering and CDM services including a consultancy project management role to prepare the necessary supporting information required for HLF Heritage Grant second round i.e. the development phase from RIBA stage 1(brief) to stage 3 (Developed Design). On approval of the second round grant, the team will be required to proceed through from technical design to handover and project close out. Opportunities may additionally arise to progress a Phase 2 Castle bid in conjunction with Phase 1 construction phase. It is the tenderer’s responsibility to familiarise themselves with the HLF application procedure. |
|
|
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
|
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
|
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
Joint and Several Liability
|
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 will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) 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.
|
III.2.2)
|
Economic and financial capacity
(1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
|
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;
(2) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(3) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(7) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
|
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? No |
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
|
|
|
|
Yes
|
|
No
|
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
MTCBC/HLF/2015
|
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 04-08-2015
12:00 |
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
|
IV.3.8)
|
Conditions for opening tenders
|
|
Authorised officers of Merthyr Tydfil County Borough Council
|
|
04-08-2015
14:00 Unit 5, Triangle Business Park, Pentrebach, Merthyr Tydfil
|
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:29580)
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
The organisation’s commitment to deliver ‘community benefit’ outcomes from our procurement activity is designed to ensure that wider social and economic issues are taken into account when spending public money. The intention is to achieve the very best value for money in the widest sense.
At award of contract, the successful contractor will be expected to work with the contract manager to maximise the community benefits delivered through the contract
Tenderers should consider how this Contract may support the principles of community benefits and respond with a selection of potential initiatives for consideration.
|
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 06-07-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Merthyr Tydfil County Borough Council |
Unit 5,, Triangle Business Park, Pentrebach |
Merthyr Tydfil |
CF48 4TQ |
UK |
Regeneration
Lyndsey Handley |
+44 1685725006 |
lyndsey.handley@merthyr.gov.uk |
|
http://www.merthyr.gov.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Merthyr Tydfil County Borough Council |
Unit 5,, Triangle Business Park, Pentrebach |
Merthyr Tydfil |
CF48 4TQ |
UK |
Procurement
Paul Davies |
+44 1685724904 |
|
|
http://www.merthyr.gov.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Merthyr Tydfil County Borough Council |
Unit 5,, Triangle Business Park, Pentrebach |
Merthyr Tydfil |
CF48 4TQ |
UK |
Procurement
Paul Davies |
+44 1685724904 |
|
|
http://www.merthyr.gov.uk |
|