Contract notice
Section I: Contracting 
        authority        
      
I.1) Name and addresses
  Linc-Cymru Housing Association Limited
  387 Newport Road
  Cardiff
  CF24 1GG
  UK
  
            Telephone: +44 2920473767
  
            E-mail: procurement@linc-cymru.co.uk
  
            NUTS: UKL
  Internet address(es)
  
              Main address: http://www.linc-cymru.co.uk
  
              Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0650
 
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
  II.1.1) Title
Provision of Design Team for Redevelopment of Dominion Way, Cardiff Including New Head Office for Linc
            Reference number: LCPS1055/NA
  II.1.2) Main CPV code
  71200000
 
  II.1.3) Type of contract
  Services
  II.1.4) Short description
  Appointment of a suitably experienced and skilled architect led design team to design a high-profile, mixed-use development of a flagship head office for Linc and residential accommodation on Dominion Way, Cardiff.
  II.1.6) Information about lots
  
            This contract is divided into lots:
            
        No
      
 
II.2) Description
  
    II.2.2) Additional CPV code(s)
    71200000
    71220000
    71221000
    71000000
    71240000
    71250000
    71321000
    71320000
    II.2.3) Place of performance
    NUTS code:
    UKL22
Main site or place of performance:
    Cardiff
    II.2.4) Description of the procurement
    The Contracting Authority, as defined in accordance with the Public Contract Regulations 2015 as amended, for this contract opportunity is Tarbed Limited (‘Tarbed’). Accordingly, the Tendering Organisation successful in the procurement process will enter into a contract with Tarbed.
    Linc-Cymru Housing Association Limited (‘Linc’) is conducting the procurement process on behalf of Tarbed.
    Tarbed is a 100% owned subsidiary of Linc. Tarbed is a limited company registered under the Companies Act 2006 and undertakes development activity solely on behalf of Linc.
    Linc (on behalf of Tarbed) is seeking to appoint a suitably experienced and skilled architect led design team to design a high-profile, mixed-use development of a flagship head office for Linc and residential accommodation on Dominion Way, Cardiff.
    Further information regarding the precise requirements of the contract is available in Annex 1 of the PQQ Document Pack. This can be obtained via the eTenderWales eSourcing Platform.
    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: 
			500 000.00 
			  GBP
    II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
    
                Duration in months: 30
    
                  This contract is subject to renewal: No
                
    II.2.9) Information about the limits on the number of candidates to be invited
    
          Envisaged minimum number: 5
    Objective criteria for choosing the limited number of candidates:
    As stated in the PQQ Document.
    II.2.10) Information about variants
    
            Variants will be accepted:
            
              No
            
    II.2.11) Information about options
    
            Options:
            
              Yes
            
    Description of options:
    The initial contract shall be for services up to RIBA Stage 2. The Contracting Authority includes provision for project continuity and accordingly the contract explicitly includes the option for delivery of services from RIBA Stage 3 up to and including RIBA Stage 7.
    Refer to section 3.2 of the Invitation to Tender Document for full details.
    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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
  List and brief description of conditions:
  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.2.2) Contract performance conditions
  As stated in the Procurement Documents.
  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
  
                        Restricted 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:
              18/07/2022
  
                Local time: 12:00
  IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
  
              Date:
              01/08/2022
  IV.2.4) Languages in which tenders or requests to participate may be submitted
  EN
  IV.2.6) Minimum time frame during which the tenderer must maintain the tender
  
                Duration in months: 6 (from the date stated for receipt of tender)
              
 
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: eTenderWales is being used for this procurement process and guidance on the system of the system is available as follows:
> Registration: https://www.linc-cymru.co.uk/media/1327/etw_sup_reg_guide_v1-0.pdf.
> Submitting Tender Submissions: https://www.linc-cymru.co.uk/media/1326/etw_sup_itt_guide_v1-0.pdf
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=119920
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:
Stated in the Procurement Documents.
(WA Ref:119920)
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
17/06/2022