CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Amgueddfa Cymru -National Museum Wales |
Cathays Park, |
Cardiff |
CF10 3NP |
UK |
M J Evans |
+44 2920573376 |
|
|
www.museumwales.ac.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0391
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authoritySt Fagans National History Museum Redevelopment Project: Construction Base Build |
II.1.2(a))
|
Type of works contract
|
 |
|
 |
|
 |
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
St Fagans National History Museum, nr Cardiff
UKL22 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement
|
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement
|
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Amgueddfa Cymru – National Museum Wales (“AC-NMW”) has been awarded a Heritage grant from the Heritage Lottery Fund (“HLF”) and received additional funding from the Welsh Government and other sources for the re-development of St Fagans: National History Museum (the “Museum”)(the “Project”).
Project:
The Project will include:
- The construction of a new building, 'Gweithy', incorporating a gallery on the site of the Museum.
- The re-modelling, refurbishment and extension to the Museum’s existing, Grade 11 Listed main entrance building.
-External works comprising hard and soft landscaping; carpark and drainage work; lighting and external furniture
The total budget for the Project is circa 21.5 million GBP (net of fees and Client Side costs).
The value of the Construction elements of the Project is in the range of 16 – 16.5 GBP Million maximum. AC -NMW intends to appoint one contractor to undertake the construction elements of the Project described above.
The Construction Works.
This contract notice concerns the proposed appointment by AC-NMW of one contractor to undertake the construction in respect of the Project. i.e. it is intended that the construction work will be tendered as a single tender and a single contractor selected to undertake the works but there will be two contracts with the selected contractor as detailed below:-
Contract 1 - New gallery building (Gweithdy) together with associated landscaping works.
Contract 2 - Remodeling, refurbishment and extension to the public facing elements of the existing main Museum building together with associated landscaping works.
During the works the open-air Museum site will remain open to the general public and Museum staff.
The fit-out of the Museum exhibition spaces will be undertaken by a separate specialist contractor following the completion of the construction works.
The current programme envisages the Base Build works commencing on site in February 2014 with completion of the Gallery for interpretive fit out in the new building (Gweithdy) being achieved by April 2015 and by October 2015 for the galleries in the existing building.
The delivery of the Project within the budget referred to above is a critical requirement of the Project and those organisations which are successful in being awarded the contract described above will be required to buy into the successful delivery of the Project, on time and within NMW’s total budget for the Project.
Community Benefits.
Community Benefits clauses will be considered as part of the procurement process a combination of both to address environmental, social and economic issues.
More information relating to St Fagans, the Project and Construction is available with the PQQ as indicated on the website below.
NOTE: The authority is using eTenderwales to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access eTenderwales, express your interest in this notice and access the tender documentation please visit https://etenderwales.bravosolution.co.uk/web/login.shtml and search for PQQ/ITT code St Fagans Creu Hanes Base Build ( 31044) within the appropriate area.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeIt is estimated that total value of the construction works covered by this contract notice would be to amaximum of 16.5 million GBP over the term of the contract that the AC - MW anticipates awarding hereunder. |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
The specific requirements of the AC-NMW will be set out in the tender documentation and may include performance bonds and/or parent company guarantees and/or other forms of appropriate security.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
AC-NMW anticipates that payments will be made in arrears on a monthly basis for the services completed in accordance with the contract documents.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
No special legal form is required. However, if a consortium submits a tender which is acceptable to AC - NMW, AC -NMW may require the consortium to form a legal entity before entering into the contracts. Joint and several liability of all consortium members may be required (and/or guarantees and/or undertakings by some or all consortium members in respect of some or all other consortium members may be required).
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
The form of contract will be JCT80 with Local Authority additions, with quantities with construction design portion supplement.
|
III.2)
|
Conditions for Participation
|
III.2.1)
|
Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
AC-NMW requirements set out in the Pre-Qualifying Questionnaire and associated documentation.
|
III.2.2)
|
Economic and financial capacity
AC-NMW requirements set out in the Pre-Qualifying Questionnaire and associated documentation.
|
III.2.3)
|
Technical capacity
AC-NMW requirements set out in the Pre-Qualifying Questionnaire and associated documentation.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
IV.1.2)
|
Limitations on the number of operators who will be invited to tender or to participate56 |
|
|
Objective criteria for choosing the limited number of candidates
This will be subject to the evaluation of the Pre-Qualifying Questionnaire as indicated above.
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
No
|
|
Yes
|
|
|
|
Cost |
50 |
|
Quality and other factors |
50 |
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 21-10-2013
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 31-10-2013
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community Funds? No
|
VI.3)
|
Additional Information
Neither NMW nor any of its agents or advisors will be responsible for any costs or expenses incurred by tenderers in participating in the tender process and responding to the PQQ. NMW will not be bound to accept any tender. NMW reserves the right at any time without notice and without liability to any bidder to (i) withdraw from and/or abandon and/or defer this tender process at any time; and (ii) not to award any contract as a result of this tender process.
(WA Ref:1465)
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:
- Apprenticeships
- Educational Initiatives
Other areas are being considered and will form part of the Invitation to Tender.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 20-09-2013 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Amgueddfa Cymru -National Museum Wales |
Cathays Park |
Cardiff |
CF10 3NP |
UK |
M J Evans |
+44 2920573376 |
michael.evans@museumwales.ac.uk |
|
| www.museumwales.ac.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Amgueddfa Cymru -National Museum Wales |
Cathays Park |
Cardiff |
CF10 3NP |
UK |
M J Evans |
+44 2920573376 |
|
|
| www.museumwales.ac.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Amgueddfa Cymru -National Museum Wales |
Cathays Park |
Cardiff |
CF10 3NP |
UK |
M J Evans |
+44 2920573376 |
|
|
| www.museumwales.ac.uk |
|