Section one: Contracting authority
one.1) Name and addresses
Merthyr Valley Homes
Ty Brychan, 22 Lansbury Road, Gellideg
Merthyr Tydfil
CF48 1HA
Country
United Kingdom
NUTS code
UKL15 - Central Valleys
Internet address(es)
Main address
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0873
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/
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/
one.4) Type of the contracting authority
Other type
Registered Social Landlord
one.5) Main activity
Other activity
Registered Social Landlord
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ITT Multi Discipline Construction Professional Services for the Redevelopment of Cefn Isaf
Reference number
MVH00042
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
Merthyr Valleys Homes (MVH) is looking for a multi disciplinary consultant team to deliver full design services for the redevelopment of the former Cefn Isaf flats site, Cefn Coed Y Cymer, Merthyr Tydfil.
The multi disciplinary consultant team will be responsible for the delivery of design services for RIBA stages 0 – 4 based on the MVH design brief, working with MVH and their appointed employers agent and planning consultant and other consultants as required.
It is expected that the multi-disciplinary consultant team will take full responsibility for co-ordinating the design development up to the planning and tender stage.
The multi-disciplinary consultant team will adopt a responsive and proactive approach to designing the new residential development and communicating with MVH and their consultants on a regular basis to meet agreed timescales for delivery to meet the requirements of the design brief.
The multi-disciplinary consultant team will commence at RIBA Stage 0 through to Stage 4 to include a full planning application and also to provide all required tender information for the procurement of a main contractor via a design and build contract.
This will require regular design team meetings to be chaired by MVH appointed employers agent, meetings with local planning authority, welsh government technical team, attending consultation events with the local community and working with MVH appointed planning consultants to ensure all design criteria is met to ensure a successful full planning application approval and SuDS Approving Body (SAB) approval.
In summary it is expected that the multi-disciplinary consultant team will be responsible for the co-ordination of the following services;
1.7.1 architect
1.7.2 structural and civil engineer
1.7.3 principle designer
1.7.4 landscape architect
1.7.5 mechanical and electrical engineer
Full details can be found in the tender documents
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
- 71210000 - Advisory architectural services
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71251000 - Architectural and building-surveying services
- 71420000 - Landscape architectural services
- 71312000 - Structural engineering consultancy services
- 71311000 - Civil engineering consultancy services
- 71317210 - Health and safety consultancy services
two.2.3) Place of performance
NUTS codes
- UKL15 - Central Valleys
Main site or place of performance
the former Cefn Isaf flats site, Cefn Coed Y Cymer, Merthyr Tydfil.
two.2.4) Description of the procurement
Merthyr Valleys Homes (MVH) is looking for a multi-disciplinary consultant team to deliver full design services for the redevelopment of the former Cefn Isaf flats site, Cefn Coed Y Cymer, Merthyr Tydfil.
The multi-disciplinary consultant team will be responsible for the delivery of design services for RIBA stages 0 – 4 based on the MVH design brief, working with MVH and their appointed employers agent and planning consultant and other consultants as required.
It is expected that the multi-disciplinary consultant team will take full responsibility for co-ordinating the design development up to the planning and tender stage.
The multi-disciplinary consultant team will adopt a responsive and proactive approach to designing the new residential development and communicating with MVH and their consultants on a regular basis to meet agreed timescales for delivery to meet the requirements of the design brief.
The multi-disciplinary consultant team will commence at RIBA Stage 0 through to Stage 4 to include a full planning application and also to provide all required tender information for the procurement of a main contractor via a design and build contract.
This will require regular design team meetings to be chaired by MVH appointed employers agent, meetings with local planning authority, Welsh government technical team, attending consultation events with the local community and working with MVH appointed planning consultants to ensure all design criteria is met to ensure a successful full planning application approval and SuDS Approving Body (SAB) approval.
In summary it is expected that the multi-disciplinary consultant team will be responsible for the co-ordination of the following services;
-architect
-structural and civil engineer
-principle designer
-landscape architect
-mechanical and electrical engineer
Full details can be found in the tender documents
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
18
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
Refer to the tender documents for full details of the requirement.
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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
21 March 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 16 September 2022
four.2.7) Conditions for opening of tenders
Date
21 March 2022
Local time
12:30pm
Place
Electronically
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
Refer to the tender documents for full details of the requirement.
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=118723.
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:
Refer to the tender documents for full details of the requirement.
(WA Ref:118723)
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