Opportunity

The Provision of Masterplan, Design Code and Planning Permission for Land Adjoining Slade Lane, Haverfordwest

  • Llywodraeth Cymru / Welsh Government

F02: Contract notice

Notice reference: 2024/S 000-001402

Published 16 January 2024, 11:13am



The closing date and time has been changed to:

6 March 2024, 5:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Caerdydd / Cardiff

CF10 3NQ

Email

tenders.landdivision@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.pembrokeshire.gov.uk/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

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://etenderwales.bravosolution.co.uk/home.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etenderwales.bravosolution.co.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

Housing and community amenities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Provision of Masterplan, Design Code and Planning Permission for Land Adjoining Slade Lane, Haverfordwest

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.1.4) Short description

The Welsh Government (“WG”/“the Client”) has acquired land at Slade Lane, Haverfordwest (“the site”) to unlock its development potential and ability to deliver well-designed, sustainable and affordable homes in readiness for disposal to a third party capable of implementing delivery. To achieve this, we are inviting proposals from the open market to masterplan the site in a way which aligns with the WG’s policy aspirations, including (but not limited to) 50% affordable across the site, WDQR 2021 standards across all homes and moving along the pathway to net zero living. Additionally, we expect proposals to deliver social value and public benefits.

Therefore, we need to appoint a consultant (the “Lead Consultant”) who will design and masterplan the site, ensure that the existing allocation is retained in the replacement Local Development Plan, and then, submit an outline planning application on the WG’s behalf.

two.1.5) Estimated total value

Value excluding VAT: £500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71300000 - Engineering services
  • 71400000 - Urban planning and landscape architectural services
  • 71500000 - Construction-related services
  • 71600000 - Technical testing, analysis and consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL14 - South West Wales
Main site or place of performance

Slade Fields, Pembrokeshire, Haverfordwest

two.2.4) Description of the procurement

Tenders are administrated through e tender wales. Please visit https://etenderwales.bravosolution.co.uk/web/login.shtml

Project Number:55276

ITT Number: 107944

See Additional Information Section on how to register

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

36

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.2.13) Information about European Union Funds

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


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

1. Identify the full multidisciplinary team it is proposing to deliver the commission, which may be in-house and/or a consortium of firms. Please provide supporting information such as company profiles and CVs, demonstrating the suitability and experience of individuals and firms proposed. You should split this section into “project directors” and “project implementors”. We are primarily interested in who is going to actually deliver the commission i.e. the implementors. Please, don’t load your tender with the CV’s of high profile individuals if they are not going to contribute much to the task. This section should include a clear indication of the skills that will be available and exercised by the consultancy in the execution of the commission.

2. Inspect the site, review all currently available documentation, current relevant WG policy and advise as to the full scope of work required to deliver the purpose (above), including any survey work, site investigations as well as any design work and securing/creating any technical information.

3. Provide a programme of activity for the scope of work proposed, including consultation with DCFW, and all survey and design work etc., with substantial completion of activity, ready for application to the LPA by Autumn 2024 / within [24] weeks[LH1] .

4. Report to the project board monthly.

5. Provide a quote and supporting assurance such as:Insurance

The Contractor shall hold and maintain in respect of the provisions of the Services, as a minimum:

1. public liability insurance with a limit of indemnity of not less than five million pounds (GBP 5,000,000) in relation to any one claim or series of claims;

2. employer liability insurance with a limit of indemnity of not less than five million pounds (GBP 5,000,000) or in accordance with any legal requirement for the time being in force, if higher, in relation to any one claim or series of claims; and

3. professional indemnity insurance with a limit of indemnity of not less than five hundred thousand pounds (GBP 500,000) in relation to any one claim or series of claims and shall ensure that all professional consultants or sub-contractors involved in the provision of the Services hold and maintain appropriate cover.

1. The Client will require copyright of all documents produced and will retain exclusive rights to publication subject to making due acknowledgement to the supplier in any publicity. All documents produced by the Consultant its sub consultants and contractors must be assignable to third parties. The Consultant shall include in its tender the cost of assigning all documents, reports drawings etc.

2. At the end of the commission and prior to final payment, all work must be provided to the client in an electronic format suitable for storage on WG systems.

3. Welsh Language Requirements: The Employer is committed to promoting and facilitating the use of the Welsh language, and to not treat the Welsh language less favourably than English.

4. Freedom of Information Act: The Employer is committed to open government and operates under a Code of Practice on Public Access to Information to meeting their responsibilities under the Freedom of Information Act 2000. Any information that Consultants submit as part of their response may need to be disclosed in response to a request under the Act.

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.2.3) 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: Yes

four.2) Administrative information

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

Originally published as:

Date

21 February 2024

Local time

2:00pm

Changed to:

Date

6 March 2024

Local time

5:00pm

See the change notice.

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

English, Welsh

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

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

21 February 2024

Local time

4:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

E-TENDER INFORMATION:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User performing the Registration.

- The User who performs the Registration becomes the Super User for the Organisation.

- On registering on the Platform the Super User will select a Username and will receive a password.

- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.

- In order to log-in to the Platform please enter your Username and Password.

- Note: If you forget your Password then visit the homepage and click “Forgot your password?”

- Registration should only be performed once for each Organisation.

- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the Helpdesk to gain access to the Platform.

- Tenders must be uploaded to the BravoSolution portal by 2pm

HOW TO FIND THE ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The etender references for this contract are: Project_55276 and

ITT _107944

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

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.wales/search/search_switch.aspx?ID=86510

The buyer considers that this contract is suitable for consortia bidding.

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.wales/search/search_switch.aspx?ID=130720

(WA Ref:130720)

The buyer considers that this contract is suitable for consortia.

NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=137074

(WA Ref:137074)

The buyer considers that this contract is suitable for consortia.

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