Cardiff: urban development construction work
Maelfa Centre Regeneration Project
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Cardiff County Council
County Hall, Atlantic Wharf
Contact point(s): All enquiries must be made through – http://appswales.alito.co.uk
CF10 4UW Cardiff
UNITED KINGDOM
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Realisation, by whatever means of work, corresponding to the requirements specified by the successful tenderer
Main site or location of works, place of delivery or of performance: Cardiff.
NUTS code UKL
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The regeneration of the c.2.76ha Maelfa Centre site in Llanedeyrn is a major community regeneration priority for the Council featuring as a specific objective of the approved Corporate Plan 2011 – 14. Given the importance of the regeneration, the Council submitted a revised outline planning application which was granted permission in September 2011. The development will comprise new retail, housing and community space achieving full integration with the surrounding area and creating a safe and attractive environment and a legacy for future generations.
The development must deliver a series of minimum project requirements (see further Section II.2.1).
Given the status of the project as a major community regeneration priority, the Council has provisionally allocated a sum of up to 1 000 000 GBP of regeneration funding to invest in the project. Further details will be provided at ITT stage.
Further information about the opportunity is set out in Cardiff Council’s Memorandum of Information (“MOI”) available for download from http://appswales.alito.co.uk.Community Benefits applies to this contract, Further details: Bidders will be required to submit a Community Benefits Plan which will be incorporated into the final contract. However, this will not be part of the evaluation at Award Stage.
II.1.6)Common procurement vocabulary (CPV)
45211360, 45000000, 45210000, 45220000, 45400000, 55900000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.2.1)Total quantity or scope:
1. A comprehensive, phased and high-quality mixed-use redevelopment of the Maelfa Centre achieving full integration with Llanedeyrn. The redevelopment is to create a safe and attractive environment and a legacy for future generations.
2. The provision of a new-build Community Facility to be situated in a central location and integrated into a multi-storey building of a maximum of 4 storeys. The Community Facility is to accommodate the operational requirements of Cardiff Council and meet the BREEAM ‘Very Good’ standard for non-residential development.
3. Subject to the outcome of ongoing discussions with South Wales Police Authority, the provision of new accommodation for the Police Authority to be situated in a central location (in close proximity to the Community Facility) to meet the operational requirements of the Police Authority and meet the BREEAM ‘Very Good’ standard for non-residential development.
4. A minimum of 8 new build retail units to comprise between 1 500 and 2 000 sq m of ground floor retail space, plus between 1 000 and 1 500 square metres of first floor space (for storage or other appropriate commercial uses) and associated car parking. A proportion of the retail units to potentially accommodate existing retailer relocations. The new build units to meet the BREEAM ‘Very Good’ standard for non-residential development.
5. Refurbishment of two units under the Maelfa Flats to provide social enterprise units comprising not more than 160 sq m to be retained and managed by Cardiff Council.
6. A minimum of 100 residential units following the principles of the masterplan in the required layout, size and tenure and meeting a minimum of Code for Sustainable Homes Level 3 with at least one credit under Ene1.
7. Provision of three primary access points into the redevelopment site and well-designed, legible network of streets and pedestrian routes constructed to adoptable standards.
8. Provision of high-quality landscaping, open space and public realm including the creation of a Central Square to provide a focal point to the redevelopment.
9. Effective management of communication with the local community and other stakeholders keeping them informed of major steps in the development process.
10. Effective ongoing management of the new Maelfa Centre and associated public realm following completion of the development.
11. Physical construction work to commence on site at the earliest possible date with submission of a Reserved Matters Planning Application no later than 6 months from signing the Development Agreement and commencement of works no later than 6 months from the approval of reserved matters.
12. The scheme to be delivered in a comprehensive manner via consecutive phases with retail and community provision forming part of Phase 1.
13. A commercially deliverable redevelopment of the Maelfa Centre.
14. A robust Funding Strategy for the redevelopment of the Maelfa Centre.
II.2.2)Information about options
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See Pre Qualification Questionnaire and Pre Qualification Questionnaire Guidance &; Instructions document at http://appswales.alito.co.uk.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: See Pre Qualification Questionnaire and Pre Qualification Questionnaire Guidance & Instructions document at http://appswales.alito.co.uk.
Minimum level(s) of standards possibly required: See Pre Qualification Questionnaire and Pre Qualification Questionnaire Guidance & Instructions document at http://appswales.alito.co.uk.
III.2.3)Technical capacity
See Pre Qualification Questionnaire and Pre Qualification Questionnaire Guidance & Instructions document at http://appswales.alito.co.uk.Minimum level(s) of standards possibly required:
See Pre Qualification Questionnaire and Pre Qualification Questionnaire Guidance & Instructions document at http://appswales.alito.co.uk.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: See Pre Qualification Questionnaire and Pre Qualification Questionnaire Guidance & Instructions document at http://appswales.alito.co.uk.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Additional information about authorised persons and opening procedure: Not open to the public.
Section VI: Complementary information
VI.3)Additional 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 6476CCC and register your interest in taking part in the tender process.
The Council uses member organisations affiliated to Safety Schemes in Procurement (SSIP) as a Health and Safety assessment process. If you are not currently a compliant member of one of these schemes then you must visit http://www.ssip.org.uk to identify the affiliated organisations and ensure that you progress the accreditation process. A contract cannot be awarded until the successful tenderer can confirm that they are compliant or accredited by one of the organisations listed under the SSIP scheme.
Any clarification questions regarding the tender process can be addressed through the dialogue tab on the E-Tender portal at http://appswales.alito.co.uk.
The last date for obtaining the pre qualification questionnaire will be will be 12:00 noon hours on 12.1.2012.
The last date for return of PQQ’s will be 12:00 Noon on 17.1.2012.
The Council shall not be responsible for any costs, charges or expenses incurred by any bidder and accepts no liability for costs, charges or expenses, irrespective of the outcome of the procurement. Please note that the Council will not meet any costs incurred by any party in responding to this notice. Responses will be treated as confidential.
The Council reserves the right to abandon, halt, postpone the procurement process at any stage and not to award the framework agreement. Accordingly bidders bid at their own cost.
Buy4Wales Reference Number: 28101.
VI.4.2)Lodging of appeals
Applicants will have the duration of the standstill period to ask further questions or bring proceedings. Such information should be sought from the contact named in Section 1.1 of this notice.
It should be noted that the Council is now automatically obliged to refrain from entering into a contract when proceedings are brought in respect of the award decision and the contract has not been concluded.
The contractor must serve the legal claim form on the Council (in accordance with rules of court) that represents the formal trigger for the Council to suspend the contract-making.
The automatic suspension remains in force until either the court terminates the suspension or the proceedings come to an end.
VI.5)Date of dispatch of this notice:21.11.2011