By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Restoration of the YMCA Merthyr Tydfil: Building Services - Principal Contractor Services.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Cambrian Heritage Regeneration Trust
Llanelly House, Bridge Street
Contact point(s): YMCA Merthyr Tydfil
For the attention of: Claire Deacon
SA15 3UF Llanelli
UNITED KINGDOM
Telephone: +44 1554772857
E-mail:

Internet address(es):

General address of the contracting authority: www.chrt.org.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0926

Further information can be obtained from: Cambrian Heritage Regeneration Trust
Llanelly House, Bridge Street
Contact point(s): YMCA Merthyr Tydfil
For the attention of: Claire Deacon
SA15 3UF Llanelli
UNITED KINGDOM
Telephone: +44 1554772857
E-mail:
Internet address: www.chrt.org.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cambrian Heritage Regeneration Trust
Llanelly House, Bridge Street
Contact point(s): YMCA Merthyr Tydfil
For the attention of: Claire Deacon
SA15 3UF Llanelli
UNITED KINGDOM
Telephone: +44 1554772857
E-mail:
Internet address: www.chrt.org.uk

Tenders or requests to participate must be sent to: Cambrian Heritage Regeneration Trust
Llanelly House, Bridge Street
Contact point(s): YMCA Merthyr Tydfil
For the attention of: Claire Deacon
SA15 3UF Llanelli
UNITED KINGDOM
Telephone: +44 1554772857
E-mail:
Internet address: www.chrt.org.uk

I.2)Type of the contracting authority
Other: charity
I.3)Main activity
Environment
Recreation, culture and religion
Other: heritage regeneration
I.4)Contract award on behalf of other contracting authorities
The 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:
Restoration of the YMCA Merthyr Tydfil: Building Services - Principal Contractor Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: The Former YMCA Building, Pontmorlais, Merthyr Tydfil, CF47 8UN.

NUTS code UKL1

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)
The Cambrian Heritage Regeneration Trust, a registered Charity and Building Preservation Trust, is currently developing a 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, 1 of Wale's foremost Architects and is significant as his 1st major commission. Its restoration will mark a considerable achievement for regeneration in Merthyr Tydfil and Wales.

We need to procure the services of an suitably experienced main contractor to undertake the works. The successful contractor will have a demonstrated track record in: The conservation of outstanding historic buildings; the conversion of historic buildings for innovative new uses and excellent contract management skills to ensure the project is delivered in time and to budget. The contractor should have experience of undertaking similar multi-million GBP projects in Wales.
An initial phase of emergency structural 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.

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=39068

II.1.6)Common procurement vocabulary (CPV)

45454100, 45220000, 45212300

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 3 500 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Starting 1.9.2016. Completion 30.3.2018

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:
In accordance with JCT Intermediate Works contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Blake Morgan to confirm.
III.1.4)Other particular conditions
The 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 registers
Information and formalities necessary for evaluating if the requirements are met: (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) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) 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.
(7) 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.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (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.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
The main contractor will need to cover sufficient PI insurance to cover all sub-contractor work and all contractor designed elements as detailed on the PQQ documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years;
(2) 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;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001;
(4) 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;
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards;
(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests;
(7) 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;
(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(9) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract;
(11) 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;
(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
(13) 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)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Pre-Qualification Questionnaire (PQQ).
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An 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 contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
1.4.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
23.5.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 1.3.2016 - 12:00

Place:

Llanelly House, Bridge Street, Llanelli, Carmarthenshire.

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref:39068).
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.
To be detailed in the full tender documentation.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CHRT will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the CHRT point of contact.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
17.2.2016