Section one: Contracting authority
one.1) Name and addresses
Centre for Alternative Technology
Llwyngwern Quarry
Machynlleth
SY20 9AZ
Contact
John Challen
Telephone
+44 1654702782
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=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