Tender

CAT Masterplan - Structural & Civil Engineer

  • Centre for Alternative Technology

F02: Contract notice

Notice identifier: 2023/S 000-011465

Procurement identifier (OCID): ocds-h6vhtk-03c312

Published 21 April 2023, 11:28am



Section one: Contracting authority

one.1) Name and addresses

Centre for Alternative Technology

Llwyngwern Quarry

Machynlleth

SY20 9AZ

Contact

John Challen

Email

tender@cat.org.uk

Telephone

+44 1654702782

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://www.cat.org.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA24189

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 to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Recreation, culture and religion


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CAT Masterplan - Structural & Civil Engineer

Reference number

CAT-002

two.1.2) Main CPV code

  • 71312000 - Structural engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Masterplanning oversight of a mixed development scheme. Civil Engineering Design for extensive landscaping, below ground drainage and water treatment works. Structural Engineering Design on key buildings.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL - Wales
Main site or place of performance

Centre for Alternative Technology, Machynlleth, Wales.

two.2.4) Description of the procurement

Cynefin Project - Green Heart of Wales: Professional Services

This is an exciting opportunity to support the work of the Centre for Alternative Technology (CAT). CAT is an internationally renowned environmental charity, a world-leading eco centre, and one of the foremost providers of postgraduate environmental education in the UK.

The aim of Cynefin is to transform CAT’s capacity to provide the skills, knowledge and understanding needed in the transition to a zero-carbon economy, helping create a sustainable future for all humanity as part of a thriving natural world. Through the creation of a flagship regional sustainable tourism destination and a world-leading skills centre, the project aims to build on CAT’s 45-year history of innovation in environmental solutions and offer a significant new contribution to Wales’ reputation as a leader in sustainability.

This is a sizable and complicated project, involving the following activities:

- New build exhibition spaces.

- New build student and leisure accommodation.

- Refurbishment of existing buildings of a variety of construction types.

- Refurbishment of the existing water-balance railway line.

- Extensive landscaping and ecological works.

- New drainage, water treatment, heating, electrical and communications infrastructure.

- New car parking facilities and the upgrade of existing roads and paths.

- New visitor facilities including cafés, play areas, interpretation, and signage.

- Reorganisation of the estate facilities, offices and logistics.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 70%

Price - Weighting: 30%

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

Information provided in the ITT

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

List and brief description of selection criteria

The Client may only select a bidding organisation to progress to the scored tender stage if it can demonstrate experience of three relevant and comparable example projects completed within the past eight years. The Client considers previous experience as being relevant to the requirement if the evidence provided includes examples of the following project challenges (in no particular order of priority):

Minimum level(s) of standards possibly required

- The design of buildings which have used low carbon materials or alternative technologies.

- Projects that have employed innovative or ambitious sustainable water use strategies.

- Projects involving significant landscaping, water courses, ponds and related Civil Engineering.

- Projects that included the design and delivery of cultural or public buildings.

- Projects involving significant infrastructure works or projects on a large campus or site.

Each example must include evidence of meeting a significant number (but not all) of these challenges.

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

26 May 2023

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

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

26 May 2023

Local time

12:00pm

Place

CAT Offices

Information about authorised persons and opening procedure

Two members of the Selection Committee will open the tenders together and formally record the commercial offer from each bidder.


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

Professional Indemnity Insurance of 5,000,000 GBP will be required.

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=130850.

(WA Ref:130850)

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