Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Caernarfon Harbour Trust
Harbour Office,Slate Quay
Caernarfon
LL55 2PB
UK
Contact person: Pat Jones
Telephone: +44 1286672118
E-mail: pa@caernarfonharbour.org.uk
NUTS: UKL12
Internet address(es)
Main address: http://caernarfonharbour.org.uk
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA42312
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales/
Additional information can be obtained from another address:
Purcell UK
Tal y Cafn
UK
Telephone: +44 1492588337
E-mail: Elgan.Jones@purcelluk.com
NUTS: UKL13
Internet address(es)
Main address: www.purcelluk.com
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales/
I.4) Type of the contracting authority
Other: Harbour Trust established under Act of Parliament
I.5) Main activity
Environment
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Cei Llechi - a new future
II.1.2) Main CPV code
45212350
II.1.3) Type of contract
Works
II.1.4) Short description
Caernarfon Harbour Trust wish to transform a derelict area of Caernarfon waterfront into a prestigious development of artisan workshops and holiday apartments.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL12
Main site or place of performance:
Caernarfon
II.2.4) Description of the procurement
Restricted
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 13
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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:
The project is match funded in connection with a joint project under the 2014/2020 West Wales and the Valleys ERDF Programme
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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 detailed in the procurement documents
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
As detailed in the procurement documents
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
22/01/2018
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
05/03/2018
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
Tender must be valid until:
17/09/2018
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Under the terms of this contract the successful supplier will be required to deliver community benefits in accordance with the Welsh Government Community Benefits Policy, and the criteria for the evaluation of the contract will include measures to ensure that the contractor delivers outcomes in line with the buyer’s social and environmental objectives. Further details will be set out in the procurement documents at the appropriate stage of the procurement.
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=72868.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.
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.gov.wales) 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:
Under the terms of this contract the successful supplier will be required to deliver community benefits in accordance with the Welsh Government Community Benefits Policy using the Toolkit, and the criteria for the evaluation of the contract will include measures to ensure that the contractor delivers outcomes in line with the buyer’s social and environmental objectives. Further details will be set out in the procurement documents at the appropriate stage of the procurement.
(WA Ref:72868)
The buyer considers that this contract is suitable for consortia bidding.
VI.4) Procedures for review
VI.4.1) Review body
Caernarfon Harbour Trust
Harbour Office,, Slate Quay
Caernarfon
LL55 2PB
UK
Telephone: +44 1286672118
Internet address(es)
URL: http://caernarfonharbour.org.uk
VI.5) Date of dispatch of this notice
14/12/2017