Tender

ITT Multi Discipline Construction Professional Services for the Redevelopment of Cefn Isaf

  • Merthyr Valley Homes

F02: Contract notice

Notice identifier: 2022/S 000-004445

Procurement identifier (OCID): ocds-h6vhtk-0317f9

Published 16 February 2022, 4:04pm



Section one: Contracting authority

one.1) Name and addresses

Merthyr Valley Homes

Ty Brychan, 22 Lansbury Road, Gellideg

Merthyr Tydfil

CF48 1HA

Email

Fiona.Jones@mvhomes.org.uk

Country

United Kingdom

NUTS code

UKL15 - Central Valleys

Internet address(es)

Main address

http://www.mvhomes.org.uk

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