Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Restoration of the YMCA Merthyr Tydfil: Building Services - Principal Contractor Services

  • First published: 19 February 2016
  • Last modified: 19 February 2016

Contents

Summary

OCID:
ocds-kuma6s-039068
Published by:
Cambrian Heritage Regeneration Trust
Authority ID:
AA0926
Publication date:
19 February 2016
Deadline date:
01 April 2016
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Cambrian Heritage Regeneration Trust, a registered Charity and Building Preservation Trust, is currently developing a project to restore the former YMCA building in Merthyr Tydfil and to convert it into modern office spaces for the creative industries. The YMCA is a significant Grade II structure with a terracotta façade which dominates the Pontmorlais area of Merthyr Tydfil. It was designed by Sir Percy Thomas, one of Wale’s foremost Architects and is significant as his first major commission. Its restoration will mark a considerable achievement for regeneration in Merthyr Tydfil and Wales. We need to procure the services of an suitably experienced main contractor to undertake the works. The successful contractor will have a demonstrated track record in: the conservation of outstanding historic buildings; the conversion of historic buildings for innovative new uses and excellent contract management skills to ensure the project is delivered in time and to budget. The contractor should have experience of undertaking similar multi-million GBP projects in Wales. An initial phase of emergency structural and stabilisation works has been undertaken to the property including the removal of all asbestos from the site; the construction of a temporary roof structure and slope stabilisation works to the rear. CPV: 45454100, 45220000, 45212300.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Cambrian Heritage Regeneration Trust

Llanelly House, Bridge Street

Llanelli

SA15 3UF

UK

YMCA Merthyr Tydfil

Claire Deacon

+44 1554772857

claire.deacon@chrt.org.uk


www.chrt.org.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0926
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Charity
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Checked box
Heritage Regeneration
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Restoration of the YMCA Merthyr Tydfil: Building Services - Principal Contractor Services

II.1.2(a))

Type of works contract

Checked box Unchecked box
Unchecked box

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

The Former YMCA Building, Pontmorlais, Merthyr Tydfil, CF47 8UN



UKL1

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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)

The Cambrian Heritage Regeneration Trust, a registered Charity and Building Preservation Trust, is currently developing a project to restore the former YMCA building in Merthyr Tydfil and to convert it into modern office spaces for the creative industries.

The YMCA is a significant Grade II structure with a terracotta façade which dominates the Pontmorlais area of Merthyr Tydfil. It was designed by Sir Percy Thomas, one of Wale’s foremost Architects and is significant as his first major commission. Its restoration will mark a considerable achievement for regeneration in Merthyr Tydfil and Wales.

We need to procure the services of an suitably experienced main contractor to undertake the works. The successful contractor will have a demonstrated track record in: the conservation of outstanding historic buildings; the conversion of historic buildings for innovative new uses and excellent contract management skills to ensure the project is delivered in time and to budget. The contractor should have experience of undertaking similar multi-million GBP projects in Wales.

An initial phase of emergency structural and stabilisation works has been undertaken to the property including the removal of all asbestos from the site; the construction of a temporary roof structure and slope stabilisation works to the rear.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=39068.

II.1.6)

Common Procurement Vocabulary (CPV)

45454100
45220000
45212300

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

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 scope

3500000.00
GBP

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

II.3)

Duration of the contract or limit for completion

 01-09-2016 30-03-2018

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

In accordance with JCT Intermediate Works contract

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

Blake Morgan to confirm

III.1.4)

Other particular conditions to which the performance of the contract is subject

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.

(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.

(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.

(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.

(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.

(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.

(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.

(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established

(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.

III.2.2)

Economic and financial capacity


(1) All candidates will be required to provide a reference from their bank.

(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.

(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.

(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.

The main contractor will need to cover sufficient PI insurance to cover all sub-contractor work and all contractor designed elements as detailed on the PQQ documents.




III.2.3)

Technical capacity


(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years

(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;

(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.

(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.

(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.

(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.

(7) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided

(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;

(9) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;

(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.

(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.

(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.

(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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 participate

5

Objective criteria for choosing the limited number of candidates

Pre-Qualification Questionnaire (PQQ)

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

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

Unchecked box
Unchecked box


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

 01-04-2016  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 23-05-2016

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders



 01-03-2016  12:00
Llanelly House, Bridge Street, Llanelli, Carmarthenshire

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

(WA Ref:39068)

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:

To be detailed in the full tender documentation.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

Precise information on deadline(s) for lodging appeals: CHRT will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be required from the CHRT point of contact.

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 19-02-2016

ANNEX A

Additional Addresses and Contact Points

I)

Address and contact points from which further information can be obtained



Cambrian Heritage Regeneration Trust

Llanelly House, Bridge Street

Llanelli

SA15 3UF

UK

YMCA Merthyr Tydfil

Claire Deacon

+44 1554772857

claire.deacon@chrt.org.uk

www.chrt.org.uk

II)

Address and contact points from which specifications and additional documentation may be obtained



Cambrian Heritage Regeneration Trust

Llanelly House, Bridge Street

Llanelli

SA15 3UF

UK

YMCA Merthyr Tydfil

Claire Deacon

+44 1554772857

claire.deacon@chrt.org.uk

www.chrt.org.uk

III)

Address and contact points to which Tenders/Requests to Participate must be sent



Cambrian Heritage Regeneration Trust

Llanelly House, Bridge Street

Llanelli

SA15 3UF

UK

YMCA Merthyr Tydfil

Claire Deacon

+44 1554772857

claire.deacon@chrt.org.uk

www.chrt.org.uk

Coding

Commodity categories

ID Title Parent category
45212300 Construction work for art and cultural buildings Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45454100 Restoration work Restructuring work

Delivery locations

ID Description
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
claire.deacon@chrt.org.uk
Admin contact:
claire.deacon@chrt.org.uk
Technical contact:
N/a
Other contact:
claire.deacon@chrt.org.uk

Further information

Date Details
No further information has been uploaded.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx1.92 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.