Tender

Caerphilly Interchange – RIBA Stage 2 Project Brief

  • Caerphilly County Borough Council
  • Transport for Wales
  • Design Commision Wales

F02: Contract notice

Notice identifier: 2021/S 000-025988

Procurement identifier (OCID): ocds-h6vhtk-02ecf1

Published 18 October 2021, 4:35pm



Section one: Contracting authority

one.1) Name and addresses

Caerphilly County Borough Council

Caerphilly County Borough Council

Hengoed

CF82 7PG

Contact

Anne Pockett

Email

pockea1@caerphilly.gov

Telephone

+44 1443863161

Fax

+44 1443863167

Country

United Kingdom

NUTS code

UKL16 - Gwent Valleys

Internet address(es)

Main address

www.caerphilly.gov.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272

one.1) Name and addresses

Transport for Wales

3 Llys Cadwyn, Taff Street

Pontypridd

CF37 4TH

Email

procurement@transportforwales.gov.uk

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

https://tfw.wales/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685

one.1) Name and addresses

Design Commision Wales

4th Floor, Building Two,, Caspian Point,, Caspian Way,

Cardiff Bay

CF10 4DQ

Email

pockea1@caerphilly.gov

Telephone

+44 2921673434

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://dcfw.org/

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0978

one.2) Information about joint procurement

The contract involves joint procurement

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://supplierlive.proactisp2p.com/Account/Login

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://supplierlive.proactisp2p.com/Account/Login

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Caerphilly Interchange – RIBA Stage 2 Project Brief

Reference number

CCBC/PS2145/21/AP - RQST13365

two.1.2) Main CPV code

  • 79415200 - Design consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Caerphilly County Borough Council (CCBC) who are working in partnership with Transport for Wales (TfW) and the Design Commission for Wales (DCfW) are looking to appoint an architecturally-led design team who can progress the Caerphilly interchange project through a RIBA Stage 2 concept design and beyond.

An architecturally led design is required for an exemplar, accolade seeking interchange building (indicative project cost GBP30m-GBP40m). This project brief defines the client ambition, vision, objectives and requirements to develop the RIBA Stage 1 work into RIBA Stage 2, to achieve the outcome of a client approved architectural concept (herein referred to as ‘concept design’) which can then progress to completion of RIBA Stage 3 and as such the Council reserves the right to extend the contract (subject to agreement from both parties) to the awarded Consultants to continue to complete work required to achieve RIBA Stage 3 onwards without the requirement for further competition (hourly rates are to be provided in the Activity Schedule which will be used to inform costs at RIBA Stage 3). The award of additional work will be subject to a review of performance and agreed outcomes.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79415200 - Design consultancy services
  • 71220000 - Architectural design services
  • 71230000 - Organisation of architectural design contests
  • 79933000 - Design support services
  • 79421200 - Project-design services other than for construction work
  • 71311300 - Infrastructure works consultancy services
  • 71311200 - Transport systems consultancy services
  • 71315200 - Building consultancy services
  • 71315210 - Building services consultancy services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL16 - Gwent Valleys
Main site or place of performance

Within the Boundaries of Caerphilly County Borough Council and neighbouring surrounds.

two.2.4) Description of the procurement

Welsh Government, Transport for Wales and the Cardiff Capital Region (CCR) are working together to bring forward the once in a generation plans for the development and expansion of the public transport network through the South Wales Metro. The key feature of this is the GBP795m electrification of the Core Valley Lines (CVL) which will provide more frequent, faster and high quality electrified rail services by 2023 / 2024, delivered through an GBP800m investment programme of new trains. The Metro aspiration is to provide a modern, effective, turn-up-and-go service for the people of Wales. A new Caerphilly interchange is expected to serve in excess of 1 million passengers, annually.

We want a high-quality gateway to the town which creates a strong first impression for passengers and customers, whilst being distinctly Caerphilly. We want a safe and comfortable building that effortlessly connects people with the movements of rail, bus, active travel and taxi. We want an anchoring destination that engages with local businesses and the community through mixed-use facilities and inclusive public realms. It shall become a transit oriented development catalyst for the wider economic and social regeneration within Caerphilly town centre (Caerphilly 2035). We want the scale and mass to be appropriate to Caerphilly, with views and glimpses of local landmarks, particularly the Castle, identified and enhanced. We want your proposal to deliver against the principles of the Design Commission for Wales’ Placemaking Guide (i.e.by working collaboratively across sectors and disciplines to consider the future development of distinctive and vibrant places), the TfW Placemaking Principles (i.e. to demonstrate long-term thinking about the positive impact that transport interchanges can have on passengers and communities) and embrace the Wellbeing of Future Generations (Wales) Act (i.e. deliver against the 7 well-being goals according to the 5 ways of working).

The design shall demonstrate how it can meet the following two objectives: Objective 1: Transform our station’s current ‘poor’ customer experience by creating a new ‘living’ interchange building and public realm which places the customer first and is high-quality, safe, integrated, sustainable, affordable and accessible, whilst being distinctly Caerphilly (This objective shall be tested as part of a future public consultation).

Objective 2: The project can demonstrate that it can meet the following project milestones (to respond to the Levelling Up Fund prospectus)

RIBA Stage 2 Complete – August 2022

RIBA Stage 3&4 Complete – March 2023

RIBA Stage 5&6 Complete – Date TBC; March 2024 to March 2025

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Start date

18 February 2022

End date

31 March 2023

This contract is subject to renewal

Yes

Description of renewals

The Council reserves the right to extend the contract to the awarded Consultants to continue to complete work required to achieve RIBA Stage 3 onwards.The award of additional work will be subject to a review of performance and agreed outcomes.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council intends to retain the same supplier to complete RIBA Stage 3 and successive stages. The Council therefore reserves the right to extend the contract (subject to agreement from both parties) to the awarded Consultants to continue to complete work required to achieve RIBA Stage 3 onwards without the requirement for further competition (hourly rates are to be provided in the Activity Schedule which will be used to inform costs at RIBA Stage 3). The award of additional work will be subject to a review of performance and agreed outcomes.

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

The commission will be funded by CCBC and project managed by TfW. The design team will be required to work with subject specialists from both parties, in conjunction with wider stakeholders and the Design Commission for Wales


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

Consultants must be able to perform the Design in accordance with RIBA.

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

Open 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

17 November 2021

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

17 November 2021

Local time

12:00pm

Place

Caerphilly County Borough

Information about authorised persons and opening procedure

In accordance with the Authorised Officers List of Caerphilly County Borough Council


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

PLEASE NOTE REGISTERING AN INTEREST IN THE SELL2WALES NOTICE IS NOT

REGISTERING AN INTEREST IN THIS TENDER YOU MUST FOLLOW THE INSTRUCTIONS BELOW IN ORDER TO SUBMIT A TENDER:

1. Log in to the Proactis Supplier Portal at: https://supplierlive.proactisp2p.com/Account/Login ;

2. Click the ‘Sign Up’ option on the Portal homepage (If already registered go to point 11);

3. Enter your correct Organisation Name, Details and Primary Contact Details;

4. Make a note of the Organisation ID and User Name, then click ‘Register’;

5. You will then receive an email from the system asking you follow a link to activate your account;

6. Enter the information requested, clicking on the blue arrow to move on to the next stage and follow the instructions ensuring that you enter all applicable details;

7. In the Classification section ensure that you select the Product Classification Codes (CPV Codes) that appear in the tender notice, it is essential that only CPV Codes specific to your organisation are added to your profile;

8. Buyer Selection — At this stage you are required to indicate which Buyer Organisations you would like to register with. Remember to register with Caerphilly this ensures that you will be alerted to all relevant opportunities;

9.Terms and Conditions — Read the terms and conditions of the use of this Supplier Portal and tick the box to denote you have read and understood the terms and that you agree to abide by them. If you do not agree you cannot complete the registration process. Once you have agreed click on the blue arrow to move on to the next stage;

10. Insert a password for the admin user and repeat it. The password Must be between 6 and 50 characters in length. It must contain at least 2 number(s). Once completed select ‘Complete Registration’ and you will enter the Supplier Home page;

11. From the Home Page, go to the ‘Opportunities’ icon, all current opportunities will be listed. Click on the blue arrow under the field ‘Show Me’ of the relevant opportunity then click to register your

interest on the applicable button;

12. Refresh your screen by clicking on the opportunities icon located on the left hand side, to view the opportunity click the blue arrow;

13. Note the closing date for completion of the relevant project. To find all available documentation drop-down the ‘Request Documents’ option and click to download all documents;

14. You can now either complete your response or ‘Decline’ this opportunity.

All queries are to be made via the messaging system on the Proactis portal. We will not accept any questions/queries via telephone/email.

A supplier guide is available via the portal and attached to this Notice detailing how to use the Proactis Plaza system.

If you require assistance please contact Jemma Ford. 01443 863163; fordj1@caerphilly.gov.uk or the procurement team on 01443 863161.

Procurement Clinics are also available should you require further assistance completing and submitting your tender or for general tendering advice.

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=114975.

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:

Bidders will be required to submit their Social Value deliverables and targets, detailing how they will assist the Council in achieving its objectives with regard to the Wellbeing of Future Generations (Wales) Act 2015, this will include Social Value benefits such as local supply chains, community initiatives etc.

(WA Ref:114975)

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

six.4.4) Service from which information about the review procedure may be obtained

Caerphilly County Borough Council

Caerphilly County Borough Council

Hengoed

CF82 7PG

Country

United Kingdom