Tender

Architect Services - Gwyr Community Land Trust

  • Cwmpas

F02: Contract notice

Notice identifier: 2023/S 000-000398

Procurement identifier (OCID): ocds-h6vhtk-039590

Published 6 January 2023, 1:44pm



Section one: Contracting authority

one.1) Name and addresses

Cwmpas

Spark, Maindy Road

Cardiff

CF24 4HQ

Contact

Jonathan Hughes

Email

jonathan.hughes@cwmpas.coop

Telephone

+44 7760176664

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

www.cwmpas.coop

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0857

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0857

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0857

one.4) Type of the contracting authority

Regional or local Agency/Office

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Architect Services - Gwyr Community Land Trust

Reference number

CCH - 001

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

Procurement of architectural design services for a community led newbuild low/zero carbon affordable housing development comprising 14 Nr. new dwellings, a common house and associated infra-structure, landscaping and external works in Swansea, South Wales

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71200000 - Architectural and related services

two.2.3) Place of performance

NUTS codes
  • UKL18 - Swansea
Main site or place of performance

Swansea, South Wales

two.2.4) Description of the procurement

Gŵyr Community Land Trust (GCLT) is seeking to appoint an Architect to work in partnership with our own in-house Architect, to design a development of 14 innovative, zero-carbon community-owned homes in Swansea, South Wales.

The role to which this tender invitation relates is for Architect as Lead Designer and Principal Designer.

The services to be commissioned are RIBA Stages 2-6. RIBA Stage 1 has been completed in-house, but it is acknowledged that the appointed Architect will need time to review project information and provide comment before proceeding.

The proposed design is for a cohousing development of 14 homes, a common house and outbuildings including an agricultural barn, workshop, polytunnel, cycle store and plant room. The design also includes associated vehicle, cycle, and pedestrian access; landscaping works include SuDS features; and renewable energy provision via roof-mounted PV. It will be a community self-build, using tried and tested accessible design and build methods, working alongside industry professionals and contractors.

The assessment of the tender submission will be based on the fee proposal and a qualitative evaluation of the experience, track record and technical understanding. The successful bidder will be appointed on the basis of cost and quality based on the fee proposal and responses to questions contained within the Client Brief and on the basis of a split of assessment of tenders being 40% cost, 60% quality.

GCLT and its associated organisations and funders will have the right to use and reproduce the commissioned work without further charge or permission for this specific project. In addition, funders will have the right to reliance upon all designs and design work of the Architect.

The submission response to this notice must contain the following:

● Confirmation of the overall fee proposal including a breakdown of the fee to the pre- and post- contract stages and milestones for payment.

● Responses to tender questions (Section 4)

● Copy of PI insurance

● Names and contact details of two referees to whom you have provided a similar service in the last two years and who you are happy for us to contact.

GCLT reserves the right to hold informal discussions with bidders following submission of tenders.

The detailed Client Brief is provided within the Additional Documents to this notice.

two.2.5) Award criteria

Quality criterion - Name: Community Engagement and Well-Being / Weighting: 6%

Quality criterion - Name: Community Voice and Co-production / Weighting: 6%

Quality criterion - Name: Collaboration / Weighting: 6%

Quality criterion - Name: Added Value / Weighting: 15%

Quality criterion - Name: Technical and Experience / Weighting: 21%

Quality criterion - Name: Financial and Resources / Weighting: 6%

Quality criterion - Name: Is your organisation a Social Business or Employee Owned Organisation / Weighting: 0%

Cost criterion - Name: Fee Proposal / Weighting: 40%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

20 February 2023

End date

31 March 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Detailed information on services required, tender submission requirements and quality assessment criteria and questions contained within Client Brief provided as additional document to this notice


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Royal Institute of British Architects (RIBA) Accredited Practice and Practitioners or similar approved

Evidence of Professional Indemnity Insurance, Public Liability Insurance and Employers Liability Insurance

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.1) Information about a particular profession

Execution of the service is reserved to a particular profession

Reference to the relevant law, regulation or administrative provision

RIBA Accreditation or similar approved

three.2.2) Contract performance conditions

Refer to Client Project Brief for conditions and requirements

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

6 February 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

Welsh, English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 31 May 2023

four.2.7) Conditions for opening of tenders

Date

7 February 2023

Local time

4:00pm

Place

Gwyr Community Land Trust Office, Swansea

Information about authorised persons and opening procedure

Officers of Contracting Authority and Gwyr Community Land Trust


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=127837.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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 successful supplier will be required to allocate 2% of the total fee proposed as a financial contribution to the community benefit activities of the Gwyr Community Land Trust

(WA Ref:127837)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom