Section one: Contracting authority
one.1) Name and addresses
Cwmpas
Spark, Maindy Road
Cardiff
CF24 4HQ
Contact
Jonathan Hughes
Telephone
+44 7760176664
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
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