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.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.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £70,000
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.2.11) 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
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 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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-000398
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 March 2023
five.2.2) Information about tenders
Number of tenders received: 17
Number of tenders received from SMEs: 17
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 17
Number of tenders received by electronic means: 17
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Pentan Partnership Ltd
22 Cathedral Road,
Cardiff
CF119LJ
Telephone
+44 2920309010
Country
United Kingdom
NUTS code
- UKL22 - Cardiff and Vale of Glamorgan
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Lowest offer: £30,000 / Highest offer: £198,000 taken into consideration
Section six. Complementary information
six.3) Additional information
(WA Ref:129915)
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