Grade 2 Listed Building Works Cardiff
Cardiff Council and its partner the Insole Court Trust, are seeking to appoint an experienced conservation contractor to undertake an extensive programme of repairs, alterations and improvements to Insole Court, a Grade 2* listed building in Llanndaff Cardiff.
United Kingdom-Cardiff: Works for complete or part construction and civil engineering work
2013/S 230-398748
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
Cardiff Council
County Hall, Atlantic Wharf
Contact point(s): Commissioning and Procurement
For the attention of: Natalie Noble
CF10 4UW Cardiff
UNITED KINGDOM
Telephone: +44 2920873732
E-mail: natalie.noble@cardiff.gov.uk
Internet address(es):
General address of the contracting authority: http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0422
Further information can be obtained from: Cardiff Council
County Hall, Atlantic Wharf
Contact point(s): Commissioning and Procurement
For the attention of: Natalie Noble
CF10 4UW Cardiff
UNITED KINGDOM
Telephone: +44 2920873732
Internet address: http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Cardiff Council
County Hall, Atlantic Wharf
Contact point(s): Commissioning and Procurement
For the attention of: Natalie Noble
CF10 4UW Cardiff
UNITED KINGDOM
Telephone: +44 2920873732
Internet address: http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865
Tenders or requests to participate must be sent to: Cardiff Council
County Hall, Atlantic Wharf
Contact point(s): The County Council of the City and County of Cardiff, Cashiers Safe, Room 255
For the attention of: Chief Officer for Legal and Democratic Services
CF10 4UW Cardiff
UNITED KINGDOM
Telephone: +44 2920873732
Internet address: http://www.cardiff.gov.uk/content.asp?parent_directory_id=2865
Section II: Object of the contract
Execution
Main site or location of works, place of delivery or of performance: Insole Court, Fairwater Rd, Llandaff, Cardiff, CF5 2LN.
NUTS code UK
Insole Court is a joint project being undertaken by a partnership between Cardiff Council and the Insole Court Trust a registered charity. The procurement process is being managed by the Cardiff City Council on behalf of the partnership.
Insole Court is an historic Grade 2* listed building in Llandaff in Cardiff. It is partly in use to provide community facilities and office accommodation for the Welsh Co-operative Association Development Agency. The upper floors of the building are largely vacant and in poor condition as are its outbuildings including the original stable block.
The Court sits in approximately 14 acres of established gardens which are accessible to the public and heavily used by the local community.
Over the past four years working together the Trust and Council have assembled a package of funding from a range of sources including the Heritage Lottery Fund and the Big Lottery under its Community Asset Transfer Scheme. The funding will be used to undertake a programme of repairs and improvements to the Court to bring it back into good condition and full beneficial use for a range of purposes including extensive community and heritage visitor facilities supported by catering and retail activities and small business and commercial space for revenue generation.
The Trust has obtained the necessary statutory consents for the project in 2012.
During the contracted works programme, parts of the building will remain in occupation and use and the successful contractor will be asked to programme and sequence the works to allow the existing activities to continue and public access to the majority of the gardens maintained.
The Trust supported by the project funders wish to ensure that the conservation and development of Insole Court is an exemplar conservation project to inspire others to take on similar challenges. The Trust also wish to ensure that the conservation, construction and other training opportunities the project offers are taken maximum advantage of throughout the project and its delivery.
The Trust and Council are looking for an experienced conservation contractor with expertise and a track record in working on historic building projects of the importance of Insole Court, and who will help ensure that Insole Court becomes an exemplar project.
45200000, 45262700, 45210000, 45262000, 45262690, 45453100, 45262600, 45211350, 45212300, 45212350, 92522100, 45313100
Section III: Legal, economic, financial and technical information
Description of particular conditions: As outlined in the contract and tender documentation.
As set out in the tender documentation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The number of operators to be invited to tender will be 5.
The criteria used for selecting the limited number of candidates to tender is detailed in the pre-qualification questionnaire (“PQQ”) and supporting documentation.
Section VI: Complementary information
Any companies expressing an interest in this tender opportunity will be required to register on the Council’s suppliers list (If not already registered) prior to downloading the documents. Any company acquiring documents in any way other than through the portal at http://appswales.alito.co.uk may not be considered and their submission not evaluated. If you are registering for the first time, you must register your company details against the company profile against category WB01 – Building & Construction Contractors. You may also register against other relevant categories.
You will then need to search through the bulletin board on the portal for our tender reference 9030CCC and register your interest in taking part in the tender process.
The pre qualification documents will then be available for applicants to download. Please note PQQ documents are only available by download from this site, and will not be issued in any other way.
The Council reserves the right to award all, part or none of the business forming the subject matter of this procurement and to abandon this procurement at any time. Under no circumstances will the Council incur any liability (including, but not limited to, liability as to costs) in respect of this procurement exercise, the abandonment of the same, or any documentation issued as part of this procurement exercise.
The tender documents will outline the requirements of the tender process and the evaluation criteria.
PQQ’s are to be returned in accordance with the instructions in the PQQ documentation and in order to receive consideration must be received no later than 12:00:00 noon on 2.1.2014.
It is anticipated that the invitation to tender (‘ITT’) will be sent out in January 2014, although the Council reserves the right to change this date at any time.
The PQQ selection criteria is as detailed in the PQQ documentation.
The tender award criteria for this procurement will comprise of cost and quality. Full details of the award criteria and the method of evaluation will be provided in the ITT.
The Authority does not bind itself to accept the lowest or any tender as part of this process.
Following a pre qualification process, the Council will short list contractors who are able to: (i) evidence satisfactory competencies in line with the Council’s PQQ, and (ii) have confirmed their acceptability in accordance with section A of the PQQ. Those contractors who are short-listed will be eligible to proceed to the second stage of the procurement process: the invitation to tender (‘ITT Stage’). The ITT Stage will be evaluated on the basis of price and quality (in accordance with the evaluation criteria provided in ITT/ tender documents). At the end of the ITT Stage of the process the Council intends to appoint up to 1 contractor.
The Council is committed to contributing to the social, economic and environmental well-being of the wider community.
At award of the contract, the successful providers will be expected to work with the Council to maximise the community benefits delivered through the contract.
(WA Ref:4088)
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:
To be outlined in the tender documentation.
VI.5)Date of dispatch of this notice:25.11.2013