Section one: Contracting authority
one.1) Name and addresses
Cwmpas
Cardiff University Sbarc / Spark, Maindy Road
Cathays
CF244HQ
Contact
Jonathan Hughes
Telephone
+44 7760176664
Fax
+44 3001115051
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=AA0857
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0857
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0857
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Project Management Services (Construction) - Gwyr Community Land Trust
Reference number
CCH 003
two.1.2) Main CPV code
- 71541000 - Construction project management services
two.1.3) Type of contract
Services
two.1.4) Short description
Procurement of construction project management services for a community led newbuild low/zero carbon affordable housing development comprising
14 Nr. new dwellings, a common house and associated infra-structure, landscaping and external works in Swansea, South Wales
two.1.5) Estimated total value
Value excluding VAT: £50,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKL18 - Swansea
Main site or place of performance
Swansea South Wales
two.2.4) Description of the procurement
Gŵyr Community Land Trust is seeking to appoint a project manager to work alongside our members and professional design team throughout the planning, design and construction phases of a development of 14 innovative, zero-carbon community-owned homes in Swansea, South Wales, using a community self-build approach.
The proposed design is for a cohousing development of 14 homes, a common house and outbuildings including an agricultural barn, workshop, polytunnel, cycle store and plant room. The design also includes associated vehicle, cycle, and pedestrian access; landscaping works include SuDS features; and renewable energy provision via roof-mounted PV.
It will be a community self-build, using tried and
tested accessible design and build methods, working alongside industry professionals and contractors.
The successful project manager will be responsible for overseeing the development process from the submission of the planning application, creating and managing contracts with contractors and subcontractors, through to having strategic management of the on-site construction of the 14 homes and the necessary infrastructure. The project manager will be required to be the main point of contact for both the membership of GCLT through the steering group, for the design team and for subcontractors in the build phase.
The project manager will deliver their services and duties in two phases:
Pre-contract / pre-construction (anticipated Feb 24-Feb 25)
Post-contract / Construction (anticipated Feb 25 - 27)
The full schedule of services and duties required are outlined in Appendix One titled ‘RICS Project Manager Schedule of Duties – GCLT’ with the Project Manager Brief document uploaded as Additional Information to this notice.
The assessment of the tender submission will be based on the fee proposal and a qualitative evaluation of the experience, track record and technical understanding. The successful bidder will be appointed on the basis of cost and quality based on the fee proposal and responses to questions contained within the Project Manager Brief and on the basis of a split of assessment of tenders being 40% cost, 60% quality.
The submission response to this notice must contain the following:
Confirmation of the overall fee proposal including a breakdown of the fee to the pre- and post- contract stages and milestones for payment.
Responses to tender questions (Section 4)
Copy of PI insurance
Names and contact details of two referees to whom you have provided a similar service in the last two years and who you are happy for us to contact.
Confirmation that no conflicts of interest exist or please declare any actual or potential conflicts of interest.
Details of the key personnel who will be responsible for managing and undertaking the work, including their experience, relevant qualification.
GCLT reserves the right to hold informal discussions with bidders following submission of tenders.
An online Q&A event will be held on 4th December from 5pm until 6pm. Please contact Gowerlandtrust@gmail.com if you would like to attend and we will send you a zoom link.
The detailed Project Manager Brief is provided within the Additional Documents to this notice.
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: £50,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Detailed information on services required, tender submission requirements and quality assessment criteria and questions contained within the Project Manager Brief provided as additional document to this notice
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
Royal Institute of British Architects (RIBA), Royal Institution of Chartered Surveyors (RICS), Charetered Institute of Building (CIOB) or similar approved.
Evidence of Professional Indemnity Insurance, Public Liability Insurance and Employers Liability Insurance.
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
three.2.2) Contract performance conditions
Refer to Project Manager Services Brief for conditions and requirements
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
20 December 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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
20 December 2023
Local time
1:00pm
Place
Gwyr Community Land Trust Office, Swansea
Information about authorised persons and opening procedure
Officers of Contracting Authority and Gwyr Community Land Trust
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
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the
closing time to avoid any last minute problems.
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 successful supplier will be required to allocate 2% of the total fee proposed as a financial contribution to the community benefit
activities of the Gwyr Community Land Trust
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=136530.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
The successful supplier will be required to allocate 2% of the total fee proposed as a financial contribution to the community benefit
activities of the Gwyr Community Land Trust
(WA Ref:136530)
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