Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Ffestiniog and Welsh Highland Railways
Harbour Station
Porthmadog, Gwynedd
LL49 9NF
UK
Contact person: Kaz Spring or Paul Lewin (General Manager)
Telephone: +44 1766516064
E-mail: kspring@ffwhr.com
NUTS: UK
Internet address(es)
Main address: www.festrail.co.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA73992
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://festrail.photoshelter.com/gallery/Tender-Documents/G0000NzgtYYrvbss
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Railway Company
I.5) Main activity
Other: Tourism transport
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Architect and Principal Designer Led Team - FfWHR Boston Lodge Restoration & sustainable reuse project
Reference number: OL19-00516
II.1.2) Main CPV code
45212350
II.1.3) Type of contract
Works
II.1.4) Short description
Architect and Principal Designer led design team
Ffestiniog and Welsh Highland Railway seeks a team led by an AABC accredited architect to provide a range of services throughout its Boston Lodge Works NLHF capital heritage project from advisory and feasibility work through to a full architectural service, in accordance with RIBA Work Stages. The estimated value includes QS fee.
II.1.5) Estimated total value
Value excluding VAT:
265 170.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45000000
II.2.3) Place of performance
NUTS code:
UKL12
Main site or place of performance:
Boston Lodge Works, Minffordd, LL48 6HT
II.2.4) Description of the procurement
Architect and Principal Designer led design team
Ffestiniog and Welsh Highland Railway seeks a team led by an AABC accredited architect to provide a range of services throughout its Boston Lodge Works NLHF capital heritage project from advisory and feasibility work through to a full architectural service, in accordance with RIBA Work Stages. The estimated value includes QS fee.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
265 170.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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
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:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.2.3) 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
Competitive procedure with negotiation
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:
14/04/2020
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
15/04/2020
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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 https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=100732.
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:
Employment and training opportunities for the long term unemployed and disadvantaged individuals
Provision of facilities for all
Contributions to achievement of education and training targets
Support for community initiatives
(WA Ref:100732)
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
13/03/2020