Tender

Provision of Design Team for Redevelopment of Dominion Way, Cardiff Including New Head Office for Linc

  • Linc-Cymru Housing Association Limited

F02: Contract notice

Notice identifier: 2022/S 000-016614

Procurement identifier (OCID): ocds-h6vhtk-03478b

Published 17 June 2022, 8:53am



Section one: Contracting authority

one.1) Name and addresses

Linc-Cymru Housing Association Limited

387 Newport Road

Cardiff

CF24 1GG

Email

procurement@linc-cymru.co.uk

Telephone

+44 2920473767

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://www.linc-cymru.co.uk

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