Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Welsh Government
Corporate Procurement Services, Cathays Park
Cardiff
CF10 3NQ
UK
Telephone: +44 3000623300
E-mail: cpsprocurementadvice@gov.wales
NUTS: UKL
Internet address(es)
Main address: http://wales.gov.uk/?skip=1&lang=en
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007
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://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/home.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk/home.html
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Kings Gate Main Contract
Reference number: C148/2019/2020
II.1.2) Main CPV code
45212314
II.1.3) Type of contract
Works
II.1.4) Short description
Cadw is the Welsh Government's historic environment service working for an accessible and well-protected historic environment for Wales. Cadw have a requirement for a qualified and experienced contractor to carry out the main works required for the Kings Gate project at Caernarfon Castle. Caernarfon Castle offers a complex logistical project due to the nature of working within a highly significant Castle infrastructure, whose sole purpose was to provide a defensive stronghold and in-turn be difficult to gain access to. Access is therefore limited. The main works briefly comprise of new visitor facilities within the Kings Gate Tower, to include a new café, toilet facilities, exhibition spaces, retail, external viewing decks and staff accommodation. The main focus of the project being to improve the visitor offer, especially for visitors with limited ability to access certain parts of the Castle. All bidders should be able familiar with working in an historic setting.
II.1.5) Estimated total value
Value excluding VAT:
3 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45212350
92522000
92522100
92522200
45212180
45212310
45212314
45212354
45223810
45313100
II.2.3) Place of performance
NUTS code:
UKL
Main site or place of performance:
Caernarfon
II.2.4) Description of the procurement
The works briefly comprise of new visitor facilities within the Kings Gate Tower at Caernarfon Castle, to include a new café, toilet facilities, exhibition spaces, retail, external viewing decks and staff accommodation.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
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
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:
Selection criteria as stated 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.2.3) 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
Open 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:
02/06/2020
Local time: 16:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 120 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
02/06/2020
Local time: 16:00
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
E-Tender Information:
https://etenderwales.bravosolution.co.uk
- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.
- Registration involves accepting a User Agreement, and providing basic information about your Organisation and about the User
performing the Registration.
- The User who performs the Registration becomes the Super User for the Organisation.
- On registering on the Platform the Super User will select a Username and will receive a password.
- The Password will be sent by e-mail to the email address that was specified in the User Details section of the Registration page.
- In order to log-in to the Platform please enter your Username and Password.
- Note: If you forget your Password then visit the homepage and click “Forgot your password?”
- Registration should only be performed once for each Organisation.
- If you think that someone in your Organisation may have already registered on this Platform then you must not register again.
- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.
- Contact the Helpdesk immediately if you are unable to contact the Super User (for example if they have left your Organisation).
- Note: If your Organisation is already registered on the Platform then you must not make any additional registration. Please contact the
Helpdesk to gain access to the Platform.
- Tenders must be uploaded to the BravoSolution portal by 12pm
How To Find The ITT:
- Once logged in you must click on ‘ITT’s Open to all Suppliers’
- The e-tender references for this contract are: project_44296, itt_80822.
- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the ‘Express an Interest
button’. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.
- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the
‘Attachments’ area.
- Should you have any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named
person at the top of this notice.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=100664
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:
Community Benefits will be a Core requirement and will be evaluated as part of the Tender. Please refer to the tender pack for more information.
(WA Ref:100664)
The buyer considers that this contract is suitable for consortia.
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
27/04/2020