Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Porthcawl Harbourside CIC
18 Mary Street
Porthcawl
CF36 3YA
UK
Contact person: Mark Bryant
Telephone: +44 1656774341
E-mail: mark@porthcawl-harbourside.co.uk
NUTS: UKL17
Internet address(es)
Main address: www.porthcawl-harbourside.co.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27140
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27140
Additional information can be obtained from another address:
AECOM
1 Callaghan Square
Cardiff
CF10 5BT
UK
Contact person: John Gleeson
Telephone: +44 02902674600
E-mail: john.gleeson@aecom.com
NUTS: UKL22
Internet address(es)
Main address: www.aecom.com
Tenders or requests to participate must be sent electronically to:
http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27140
Tenders or requests to participate must be sent to the following address:
AECOM
1 Callaghan Square
Cardiff
CF10 5BT
UK
Contact person: John Gleeson
Telephone: +44 02920674600
E-mail: john.gleeson@aecom.com
NUTS: UKL22
Internet address(es)
Main address: www.aecom.com
I.4) Type of the contracting authority
Other: Community Interest Company
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Porthcawl Maritime Centre - Design and Build Contract
II.1.2) Main CPV code
45212000
II.1.3) Type of contract
Works
II.1.4) Short description
Porthcawl Harbourside CIC is seeking to procure a two stage design and build contract (using the JCT Pre-Construction Services Agreement and JCT Design and Build Contract) in respect of the Maritime Centre at Porthcawl Harbourside. Please note the content of the Background Information that accompanies the Pre-Qualification Questionnaire for further information on this project. A link to the Background Information (and the procurement documents) is set out in Section VI.3 (Additional Information).
II.1.5) Estimated total value
Value excluding VAT:
5 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45212000
II.2.3) Place of performance
NUTS code:
UKL17
Main site or place of performance:
Porthcawl.
II.2.4) Description of the procurement
Porthcawl Harbourside CIC is seeking to procure a two stage design and build contract (using the JCT Pre-Construction Services Agreement and JCT Design and Build Contract) in respect of the Maritime Centre at Porthcawl Harbourside. Please note the content of the Background Information that accompanies the Pre-Qualification Questionnaire for further information on this project. A link to the Background Information (and the procurement documents) is set out in Section VI.3 (Additional Information).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality Rating
/ Weighting: 60%
Price
/ Weighting:
40%
II.2.6) Estimated value
Value excluding VAT:
5 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Candidates are referred to the Pre-Qualification Questionnaire available at http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27140
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
Yes
Identification of the project:
Porthcawl Regeneration Investment Focus (PRIF) Maritime Centre
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
Minimum level(s) of standards required:
Minimum levels are as per the Pre Qualification Questionnaire;
1. A candidates minimum turnover should not be less than twice the estimate value of the contract (GBP5.0m); and
2. A candidate should have a risk rating of not less than 50.
III.1.3) Technical and professional ability
Minimum level(s) of standards required:
Minimum levels of insurance are required. Details of these levels are set out in part C (Contractual Matters) of the PQQ and section 8 (PQQ Evaluation Process) of the PQQ: Instruction to candidates - these documents are available at http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27140.
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/02/2017
Local time: 17:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
08/03/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=50660.
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
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:
- Employing the long term unemployed where appropriate.
- Buying from the third sector including supported businesses where possible.
(WA Ref:50660)
VI.4) Procedures for review
VI.4.1) Review body
Porthcawl Harbourside CIC
16-18 Mary Street
Porthcawl
CF36 3YA
UK
Telephone: +44 1656774341
Internet address(es)
URL: www.porthcawl-harbourside.co.uk
VI.5) Date of dispatch of this notice
19/01/2017