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: Architectural Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Cambrian Heritage Regeneration Trust
Llanelly House, Bridge Street
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

Electronic access to information: www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.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 authority
Other: Registered Charity
I.3)Main activity
Other: conservation of culture and heritage
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: Architectural Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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: Former YMCA, Pontmorlais Promenade, Merthyr Tydfil, CF47 8UN.

NUTS code UK

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 c. 3 000 000 GBP 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, 71200000

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:
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 5.10.2015. Completion 8.10.2019

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Instalment payments.
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 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 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 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.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Architect.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
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 below

1. Quality. Weighting 60

2. Cost. Weighting 40

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
25.9.2015 - 14:00
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 up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
until: 25.12.2015
IV.3.8)Conditions for opening of tenders
Date: 25.9.2015 - 16:00

Place:

Llanelly House, Bridge Street, Llanelli, Carmarthenshire, SA15 3UF.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: John Conrad Williams, Chair, Cambrian Heritage Regeneration Trust.
Claire Deacon, Chief Executive, Cambrian Heritage Regeneration Trust..

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(WA Ref: 27892).
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:
4.9.2015