Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
Caerphilly County Borough Council
Caerphilly County Borough Council
Hengoed
CF82 7PG
UK
Contact person: Anne Pockett
Telephone: +44 1443863161
E-mail: pockea1@caerphilly.gov
Fax: +44 1443863167
NUTS: UKL16
Internet address(es)
Main address: www.caerphilly.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0272
I.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
UK
Telephone: +44 2921673434
E-mail: procurement@transportforwales.gov.uk
NUTS: UKL
Internet address(es)
Main address: https://tfw.wales/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
I.1) Name and addresses
Design Commision Wales
4th Floor, Building Two,, Caspian Point,, Caspian Way,
Cardiff Bay
CF10 4DQ
UK
E-mail: pockea1@caerphilly.gov
NUTS: UKL
Internet address(es)
Main address: http://dcfw.org/
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0978
I.2) Joint procurement
The contract involves joint procurement
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Caerphilly Interchange – RIBA Stage 2 Project Brief
Reference number: CCBC/PS2145/21/AP - RQST13365
II.1.2) Main CPV code
79415200
II.1.3) Type of contract
Services
II.1.4) Short description
Caerphilly County Borough Council (CCBC) who are working in partnership with Transport for Wales (TfW) and the Design Commission for Wales (DCfW) are looking to appoint an architecturally-led design team who can progress the Caerphilly interchange project through a RIBA Stage 2 concept design and beyond.
An architecturally led design is required for an exemplar, accolade seeking interchange building (indicative project cost GBP30m-GBP40m). This project brief defines the client ambition, vision, objectives and requirements to develop the RIBA Stage 1 work into RIBA Stage 2, to achieve the outcome of a client approved architectural concept (herein referred to as ‘concept design’) which can then progress to completion of RIBA Stage 3 and as such the Council reserves the right to extend the contract (subject to agreement from both parties) to the awarded Consultants to continue to complete work required to achieve RIBA Stage 3 onwards without the requirement for further competition (hourly rates are to be provided in the Activity Schedule which will be used to inform costs at RIBA Stage 3). The award of additional work will be subject to a review of performance and agreed outcomes.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
545 393.53
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79415200
71220000
71230000
79933000
79421200
71311300
71311200
71315200
71315210
72224000
II.2.3) Place of performance
NUTS code:
UKL16
Main site or place of performance:
Within the Boundaries of Caerphilly County Borough Council and neighbouring surrounds.
II.2.4) Description of the procurement
Welsh Government, Transport for Wales and the Cardiff Capital Region (CCR) are working together to bring forward the once in a generation plans for the development and expansion of the public transport network through the South Wales Metro. The key feature of this is the GBP795m electrification of the Core Valley Lines (CVL) which will provide more frequent, faster and high quality electrified rail services by 2023 / 2024, delivered through an GBP800m investment programme of new trains. The Metro aspiration is to provide a modern, effective, turn-up-and-go service for the people of Wales. A new Caerphilly interchange is expected to serve in excess of 1 million passengers, annually.
We want a high-quality gateway to the town which creates a strong first impression for passengers and customers, whilst being distinctly Caerphilly. We want a safe and comfortable building that effortlessly connects people with the movements of rail, bus, active travel and taxi. We want an anchoring destination that engages with local businesses and the community through mixed-use facilities and inclusive public realms. It shall become a transit oriented development catalyst for the wider economic and social regeneration within Caerphilly town centre (Caerphilly 2035). We want the scale and mass to be appropriate to Caerphilly, with views and glimpses of local landmarks, particularly the Castle, identified and enhanced. We want your proposal to deliver against the principles of the Design Commission for Wales’ Placemaking Guide (i.e.by working collaboratively across sectors and disciplines to consider the future development of distinctive and vibrant places), the TfW Placemaking Principles (i.e. to demonstrate long-term thinking about the positive impact that transport interchanges can have on passengers and communities) and embrace the Wellbeing of Future Generations (Wales) Act (i.e. deliver against the 7 well-being goals according to the 5 ways of working).
The design shall demonstrate how it can meet the following two objectives: Objective 1: Transform our station’s current ‘poor’ customer experience by creating a new ‘living’ interchange building and public realm which places the customer first and is high-quality, safe, integrated, sustainable, affordable and accessible, whilst being distinctly Caerphilly (This objective shall be tested as part of a future public consultation).
Objective 2: The project can demonstrate that it can meet the following project milestones (to respond to the Levelling Up Fund prospectus)
RIBA Stage 2 Complete – August 2022
RIBA Stage 3&4 Complete – March 2023
RIBA Stage 5&6 Complete – Date TBC; March 2024 to March 2025
II.2.5) Award criteria
Quality criterion: Concept Design Aspect Development and Presentation
/ Weighting: 70
Price
/ Weighting:
30
II.2.11) Information about options
Options:
Yes
Description of options:
The Council intends to retain the same supplier to complete RIBA Stage 3 and successive stages. The Council therefore reserves the right to extend the contract (subject to agreement from both parties) to the awarded Consultants to continue to complete work required to achieve RIBA Stage 3 onwards without the requirement for further competition (hourly rates are to be provided in the Activity Schedule which will be used to inform costs at RIBA Stage 3). The award of additional work will be subject to a review of performance and agreed outcomes.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
The commission will be funded by CCBC and project managed by TfW. The design team will be required to work with subject specialists from both parties, in conjunction with wider stakeholders and the Design Commission for Wales
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2021/S 000-025988
Section V: Award of contract
Contract No: CCBC/PS2145/21/AP (RQST13440)
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
27/06/2022
V.2.2) Information about tenders
Number of tenders received: 16
Number of tenders received from SMEs: 10
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 16
Number of tenders received by electronic means: 16
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Grimshaw Architects LLP
57 Clerkenwell Road
London
EC1M5NG
UK
Telephone: +44 2072914141
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 545 393.53
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
(WA Ref:124855)
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.4.4) Service from which information about the review procedure may be obtained
Caerphilly County Borough Council
Caerphilly County Borough Council
Hengoed
CF82 7PG
UK
VI.5) Date of dispatch of this notice
20/09/2022