Contract

Caerphilly Interchange – RIBA Stage 2 Project Brief

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

F03: Contract award notice

Notice identifier: 2022/S 000-026176

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

Published 20 September 2022, 10:24am



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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £545,393.53

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

Quality criterion - Name: Concept Design Aspect Development and Presentation / Weighting: 70

Price - Weighting: 30

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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-025988


Section five. Award of contract

Contract No

CCBC/PS2145/21/AP (RQST13440)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

27 June 2022

five.2.2) Information about tenders

Number of tenders received: 16

Number of tenders received from SMEs: 10

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 16

Number of tenders received by electronic means: 16

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Grimshaw Architects LLP

57 Clerkenwell Road

London

EC1M5NG

Telephone

+44 2072914141

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £545,393.53


Section six. Complementary information

six.3) Additional information

(WA Ref:124855)

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