Section one: Contracting authority
one.1) Name and addresses
Linc-Cymru Housing Association Limited
387 Newport Road
Cardiff
CF24 1GG
Telephone
+44 2920473767
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=AA0650
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Design Team for Redevelopment of Dominion Way, Cardiff Including New Head Office for Linc
Reference number
LCPS1055/NA
two.1.2) Main CPV code
- 71200000 - Architectural and related services
two.1.3) Type of contract
Services
two.1.4) Short description
Appointment of a suitably experienced and skilled architect led design team to design a high-profile, mixed-use development of a flagship head office for Linc and residential accommodation on Dominion Way, Cardiff.
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
- 71220000 - Architectural design services
- 71221000 - Architectural services for buildings
- 71000000 - Architectural, construction, engineering and inspection services
- 71240000 - Architectural, engineering and planning services
- 71250000 - Architectural, engineering and surveying services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71320000 - Engineering design services
two.2.3) Place of performance
NUTS codes
- UKL22 - Cardiff and Vale of Glamorgan
Main site or place of performance
Cardiff
two.2.4) Description of the procurement
The Contracting Authority, as defined in accordance with the Public Contract Regulations 2015 as amended, for this contract opportunity is Tarbed Limited (‘Tarbed’). Accordingly, the Tendering Organisation successful in the procurement process will enter into a contract with Tarbed.
Linc-Cymru Housing Association Limited (‘Linc’) is conducting the procurement process on behalf of Tarbed.
Tarbed is a 100% owned subsidiary of Linc. Tarbed is a limited company registered under the Companies Act 2006 and undertakes development activity solely on behalf of Linc.
Linc (on behalf of Tarbed) is seeking to appoint a suitably experienced and skilled architect led design team to design a high-profile, mixed-use development of a flagship head office for Linc and residential accommodation on Dominion Way, Cardiff.
Further information regarding the precise requirements of the contract is available in Annex 1 of the PQQ Document Pack. This can be obtained via the eTenderWales eSourcing Platform.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
30
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
Objective criteria for choosing the limited number of candidates:
As stated in the PQQ Document.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The initial contract shall be for services up to RIBA Stage 2. The Contracting Authority includes provision for project continuity and accordingly the contract explicitly includes the option for delivery of services from RIBA Stage 3 up to and including RIBA Stage 7.
Refer to section 3.2 of the Invitation to Tender Document for full details.
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
As stated in the Procurement Documents.
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.2.2) Contract performance conditions
As stated in the Procurement Documents.
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
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
18 July 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
1 August 2022
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)
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
NOTE: eTenderWales is being used for this procurement process and guidance on the system of the system is available as follows:
> Registration: https://www.linc-cymru.co.uk/media/1327/etw_sup_reg_guide_v1-0.pdf.
> Submitting Tender Submissions: https://www.linc-cymru.co.uk/media/1326/etw_sup_itt_guide_v1-0.pdf
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=119920
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:
Stated in the Procurement Documents.
(WA Ref:119920)
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