Award

Architect-led Design Team, Cyfarthfa Castle

THE CYFARTHFA FOUNDATION

This public procurement record has 2 releases in its history.

Summary of the contracting process

The Cyfarthfa Foundation in Merthyr Tydfil has awarded a contract for Architect-led Design Team services for Cyfarthfa Castle to Purcell, located in Cardiff. The procurement stage was an award, signified by the closing of the contract on 20th March 2024. The services fall under the main procurement category of services, specifically architectural, construction, engineering, and inspection services. The contract involves the creation of a coherent and comprehensive design proposal up to RIBA 1 level and is part of a larger development funding application process. Key dates include the award on 20th March 2024 and a tight project timetable stretching from January 2024 to November 2029.

This procurement opportunity for Architect-led Design Team services at Cyfarthfa Castle in Wales provides a chance for businesses experienced in major Heritage Fund schemes, working on Grade I heritage sites, and with an appreciation for Welsh culture to showcase their expertise. Businesses with experience in heritage conservation, collaboration with charitable organisations, and adherence to Heritage Fund guidance will find this tender suitable. The project timetable, spanning from 2024 to 2029, requires a strong collaborative approach and the ability to meet tight deadlines, making it an opportunity for businesses adept at working efficiently on complex projects within a restricted timeframe.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Architect-led Design Team, Cyfarthfa Castle

Notice Description

OverviewThe Foundation requires a suitably qualified Conservation Architect-Led Design Team to progress the scheme onto a rounded RIBA 1 such that it can be presented to the National Lottery Heritage Fund and other funders as part of a coordinated and compelling application for development funding in order to progress. In the first instance, the appointment is only for design team services up to RIBA 1. Services thereafter will be subject to further competitive procurement to meet funder requirements. It is anticipated that design team services for RIBA 2 - 7 inclusive will be tendered in line with public procurement requirements with a break clause at the end of RIBA 3 where the contract will be renewed subject to funding and satisfactory performance.The Design Team is required to review existing documentation and in consultation with the Foundation and other appointed professionals to create a coherent and comprehensive proposal to approximately RIBA 1. This will need to be developed in conjunction with outline Activity & Interpretation plans and a Cost Estimate for the whole. It is anticipated that the team will be led by an architect (preferably AABC/ RIBA Conservation Accredited) with the input of other disciplines as required, including but not limited to Structural Engineer (including Civils and Drainage), Mechanical & Electrical, and any others deemed necessary to achieve project outcomes. It is not anticipated at this stage that there will be a requirement for extensive additional surveys but if it is considered that this is the case based on a review of the available material then these works will be defined and procured separately. In light of the considerable significance and complexity of the site, and need to consider this when reviewing previous work, it is required that as part of the brief, a Heritage Consultant should be provided who is able to review in particular the assessment of significance, and to prepare (as far as is as practicable at this stage in the project) a Conservation Plan in line with the latest guidance from relevant sources including the Heritage Fund. It is envisaged that this will then be updated as the project develops to accompany and support the final scheme; the Conservation Plan prepared at this stage will need to be in a format that supports this evolution.The requirement for specialist Mechanical & Electrical and Structural Engineering sub-consultancy input is not defined within this Brief. Tenderers are asked to consider what an appropriate level of input is at this stage and to resource accordingly. Tenderers are particularly invited to consider how environmental sustainability can be considered in developing the outline scope of works.The brief therefore requires timely and effective working within a relatively short period of time including assimilating previous outline proposals and information such that the overall proposal remains in line with anticipated requirements and scale, whilst taking the opportunity to consider this in conjunction with the client and professional team. The existing information is as follows:Document Author For DateConservation Management Plan The Conservation Studio, rev MTCBC MTCBC 2009, rev Jan 2019Cyfarthfa Plan Ian Ritchie MTCBC August 2019Condition Survey Purcell MTCBC August 2022Condition Survey - Cost Plan Synergy MTCBC August 2022Inception Project - Stage 1 Report Counterculture Cyfarthfa Foundation April 2023Cyfarthfa Masterplan - Landscape Appraisal Grant Associates Cyfarthfa Foundation April 2023Order of Cost Estimate Turner & Townsend NCAGW May 2023NGCAW Bid Cyfarthfa Foundation/Cultural Assocs NCAGW 2023Inception Project - Final Report Counterculture Cyfarthfa Foundation August 2023In addition to the documents shown above, there is a Project Execution Plan and appendices including Risk Register, programme, and budget/ cashflow template.The information is available by request as a Wetransfer link for consideration.Skills and Experience Required* Experience of working on major Heritage Fund schemes* Experience of working on heritage sites of considerable significance including those listed at Grade I and preferably in the context of registered parks & gardens* Experience of working with 19th century buildings and structures* Ability to work collaboratively in a timely way, assimilating a wide range of information such that it can incorporated into a coherent and compelling vision* Experience of working with charitable organisations and reporting to a Board of Trustees* Experience of working within Wales on relevant projects and an appreciation for Welsh culture and heritage* Experience of preparing Statements of Significance and Conservation Plans in line with Heritage Fund guidance and Cadw's Conservation Principles* Nominated sub-consultants whose experience is appropriate to the anticipated scale and complexity of the scheme where these are required. It is not anticipated that at this stage there will be an extensive required for Mechanical & Electrical and Structural Engineering input; however, tenderers are asked to consider what information and therefore input is critical even at this early stage of development.Scope of Work* Review of existing material and identification of any gaps in the available information which require addressing in order to prepare a comprehensive set of RIBA 1 plans;* Working with the Project Manager, agree any additional survey requirements and briefs for these as required including supporting procurement of these services;* Review the current preferred proposal with the client and make recommendations for any areas which could benefit from amendment, incorporating these changes into the final plans* Organise and lead at least three workshops with the client during the course of the commission, including a start-up session, presentation of initial concept review conclusions and recommendations, and RIBA 1 plans for approval;* Meet with the client and professional team at least monthly (via a blended remote/ site meeting pattern as agreed) to ensure that progress is maintained, plans are coordinated, and that the client has oversight of an input into proposals as they develop;* Support the Project Manager in contributing towards the production and coordination of material ready for the Heritage Fund submission in late August 2023;* Initiate any conversations with the Local Planning Authority where these would be beneficial to the further development of the scheme in a timely way;* Bring in targeted input from subconsultants such as Mechanical & Electrical Engineers and Structural Engineers where this is necessary to the development of the scheme and to support the preparation (by the Quantity Surveyor) of a RIBA 1 Cost Estimate;* Liaise with the Quantity Surveyor and Project Manager to ensure that a set of coordinated RIBA 1 plans and cost estimates are available to support the Heritage Fund application;* prepare of an outline Statement of Significance/ Conservation Plan as required to ensure that this is a coordinated and comprehensive document reflecting the significance of the heritage asset and ensuring that proposals are developed with due regard to maintaining and enhancing this significance;* consider in particular the potential for environmental sustainability and ecological net gain within the outline scheme.TimetableThe timetable for the project as a whole is anticipated as follows:19th January 2024 Board of Trustees Approve PEP and AppendicesMar - May 2024 Preparation & Submission of National Lottery Heritage Fund (NLHF) Expression of InterestMar - Apr 2024 Procurement of Professional Team to RIBA 1Apr - Aug 2024 Preparation of outline documentation (drawings/ costings/ activity/ interpretation) to RIBA 1Aug 2024 National Lottery Heritage Fund Development application submissionDec 2024 National Lottery Heritage Fund Development awardFeb - Sep 2025 Procurement of Professional Team to RIBA 6 (with break clause after RIBA 3)Apr - Dec 2025 Preparation of RIBA 2 documentationDec 2025 National Lottery Heritage Fund mid-stage reviewJan - Apr 2026 Preparation of RIBA 3 documentationMay 2026 National Lottery Heritage Fund Delivery application submissionMay 2026 Submission of Planning & Listed Building Consent applicationsSep 2026 National Lottery Heritage Fund Delivery decisionNov 2026 - Oct 2027 Preparation of detailed (RIBA 4) design and procurement of Principal ContractorOct 2027 - Sep 2029 Works on SiteNov 2029 Grand OpeningIt will therefore be noted that this is a relatively tight timescale, which requires effective, collaborative, and timely working across the professional team if it is to be met.FeeThe maximum fee available is PS70,000, including expenses and travel but excluding VAT.Please note that if you feel that this does not cover the resource required to deliver against this brief, you are invited to state this in your submission. As such, a fee proposal of more than PS70,000 does not automatically preclude consideration of a bid.

Publication & Lifecycle

Open Contracting ID
ocds-kuma6s-138055
Publication Source
Sell2Wales
Latest Notice
https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=138055
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
S2W Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

71221000 - Architectural services for buildings

71242000 - Project and design preparation, estimation of costs

71243000 - Draft plans (systems and integration)

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Mar 20241 years ago
Submission Deadline
19 Feb 2024Expired
Future Notice Date
Not specified
Award Date
20 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Not Specified
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE CYFARTHFA FOUNDATION
Contact Name
Anna Baker
Contact Email
finance@cyfarthfafoundation.wales
Contact Phone
+44 7709776271

Buyer Location

Locality
MERTHYR TYDFIL
Postcode
CF47 8RE
Post Town
Cardiff
Country
Wales

Major Region (ITL 1)
TLL Wales
Basic Region (ITL 2)
TLL5 South East Wales
Small Region (ITL 3)
TLL51 Central Valleys and Bridgend
Delivery Location
Not specified

Local Authority
Merthyr Tydfil
Electoral Ward
Park
Westminster Constituency
Merthyr Tydfil and Aberdare

Supplier Information

Number of Suppliers
1
Supplier Name

PURCELL

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-kuma6s-138055-2024-03-20T17:01:39Z",
    "date": "2024-03-20T17:01:39Z",
    "ocid": "ocds-kuma6s-138055",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-61",
            "name": "The Cyfarthfa Foundation",
            "address": {
                "streetAddress": "The Bothy, Cyfarthfa Park,",
                "locality": "Merthyr Tydfil",
                "postalCode": "CF47 8RE"
            },
            "contactPoint": {
                "name": "Anna Baker",
                "email": "Finance@cyfarthfafoundation.wales",
                "telephone": "+44 7709776271",
                "url": "https://cyfarthfafoundation.wales/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-63",
            "name": "The Cyfarthfa Foundation",
            "address": {
                "streetAddress": "The Bothy, Cyfarthfa Park,",
                "locality": "Merthyr Tydfil",
                "postalCode": "CF47 8RE"
            },
            "contactPoint": {
                "name": "Anna Baker",
                "email": "Finance@cyfarthfafoundation.wales",
                "telephone": "+44 7709776271",
                "url": "https://cyfarthfafoundation.wales/"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-64",
            "name": "Purcell",
            "address": {
                "streetAddress": "Purcell , 40 Windsor Place,",
                "locality": "Cardiff",
                "postalCode": "CF103BW"
            },
            "contactPoint": {
                "url": "https://www.purcelluk.com"
            },
            "roles": [
                "supplier"
            ]
        }
    ],
    "buyer": {
        "name": "The Cyfarthfa Foundation",
        "id": "org-63"
    },
    "tender": {
        "id": "ocds-kuma6s-138055-tender-140154",
        "title": "Architect-led Design Team, Cyfarthfa Castle",
        "description": "OverviewThe Foundation requires a suitably qualified Conservation Architect-Led Design Team to progress the scheme onto a rounded RIBA 1 such that it can be presented to the National Lottery Heritage Fund and other funders as part of a coordinated and compelling application for development funding in order to progress. In the first instance, the appointment is only for design team services up to RIBA 1. Services thereafter will be subject to further competitive procurement to meet funder requirements. It is anticipated that design team services for RIBA 2 - 7 inclusive will be tendered in line with public procurement requirements with a break clause at the end of RIBA 3 where the contract will be renewed subject to funding and satisfactory performance.The Design Team is required to review existing documentation and in consultation with the Foundation and other appointed professionals to create a coherent and comprehensive proposal to approximately RIBA 1. This will need to be developed in conjunction with outline Activity & Interpretation plans and a Cost Estimate for the whole. It is anticipated that the team will be led by an architect (preferably AABC/ RIBA Conservation Accredited) with the input of other disciplines as required, including but not limited to Structural Engineer (including Civils and Drainage), Mechanical & Electrical, and any others deemed necessary to achieve project outcomes. It is not anticipated at this stage that there will be a requirement for extensive additional surveys but if it is considered that this is the case based on a review of the available material then these works will be defined and procured separately. In light of the considerable significance and complexity of the site, and need to consider this when reviewing previous work, it is required that as part of the brief, a Heritage Consultant should be provided who is able to review in particular the assessment of significance, and to prepare (as far as is as practicable at this stage in the project) a Conservation Plan in line with the latest guidance from relevant sources including the Heritage Fund. It is envisaged that this will then be updated as the project develops to accompany and support the final scheme; the Conservation Plan prepared at this stage will need to be in a format that supports this evolution.The requirement for specialist Mechanical & Electrical and Structural Engineering sub-consultancy input is not defined within this Brief. Tenderers are asked to consider what an appropriate level of input is at this stage and to resource accordingly. Tenderers are particularly invited to consider how environmental sustainability can be considered in developing the outline scope of works.The brief therefore requires timely and effective working within a relatively short period of time including assimilating previous outline proposals and information such that the overall proposal remains in line with anticipated requirements and scale, whilst taking the opportunity to consider this in conjunction with the client and professional team. The existing information is as follows:Document Author For DateConservation Management Plan The Conservation Studio, rev MTCBC MTCBC 2009, rev Jan 2019Cyfarthfa Plan Ian Ritchie MTCBC August 2019Condition Survey Purcell MTCBC August 2022Condition Survey - Cost Plan Synergy MTCBC August 2022Inception Project - Stage 1 Report Counterculture Cyfarthfa Foundation April 2023Cyfarthfa Masterplan - Landscape Appraisal Grant Associates Cyfarthfa Foundation April 2023Order of Cost Estimate Turner & Townsend NCAGW May 2023NGCAW Bid Cyfarthfa Foundation/Cultural Assocs NCAGW 2023Inception Project - Final Report Counterculture Cyfarthfa Foundation August 2023In addition to the documents shown above, there is a Project Execution Plan and appendices including Risk Register, programme, and budget/ cashflow template.The information is available by request as a Wetransfer link for consideration.Skills and Experience Required* Experience of working on major Heritage Fund schemes* Experience of working on heritage sites of considerable significance including those listed at Grade I and preferably in the context of registered parks & gardens* Experience of working with 19th century buildings and structures* Ability to work collaboratively in a timely way, assimilating a wide range of information such that it can incorporated into a coherent and compelling vision* Experience of working with charitable organisations and reporting to a Board of Trustees* Experience of working within Wales on relevant projects and an appreciation for Welsh culture and heritage* Experience of preparing Statements of Significance and Conservation Plans in line with Heritage Fund guidance and Cadw's Conservation Principles* Nominated sub-consultants whose experience is appropriate to the anticipated scale and complexity of the scheme where these are required. It is not anticipated that at this stage there will be an extensive required for Mechanical & Electrical and Structural Engineering input; however, tenderers are asked to consider what information and therefore input is critical even at this early stage of development.Scope of Work* Review of existing material and identification of any gaps in the available information which require addressing in order to prepare a comprehensive set of RIBA 1 plans;* Working with the Project Manager, agree any additional survey requirements and briefs for these as required including supporting procurement of these services;* Review the current preferred proposal with the client and make recommendations for any areas which could benefit from amendment, incorporating these changes into the final plans* Organise and lead at least three workshops with the client during the course of the commission, including a start-up session, presentation of initial concept review conclusions and recommendations, and RIBA 1 plans for approval;* Meet with the client and professional team at least monthly (via a blended remote/ site meeting pattern as agreed) to ensure that progress is maintained, plans are coordinated, and that the client has oversight of an input into proposals as they develop;* Support the Project Manager in contributing towards the production and coordination of material ready for the Heritage Fund submission in late August 2023;* Initiate any conversations with the Local Planning Authority where these would be beneficial to the further development of the scheme in a timely way;* Bring in targeted input from subconsultants such as Mechanical & Electrical Engineers and Structural Engineers where this is necessary to the development of the scheme and to support the preparation (by the Quantity Surveyor) of a RIBA 1 Cost Estimate;* Liaise with the Quantity Surveyor and Project Manager to ensure that a set of coordinated RIBA 1 plans and cost estimates are available to support the Heritage Fund application;* prepare of an outline Statement of Significance/ Conservation Plan as required to ensure that this is a coordinated and comprehensive document reflecting the significance of the heritage asset and ensuring that proposals are developed with due regard to maintaining and enhancing this significance;* consider in particular the potential for environmental sustainability and ecological net gain within the outline scheme.TimetableThe timetable for the project as a whole is anticipated as follows:19th January 2024 Board of Trustees Approve PEP and AppendicesMar - May 2024 Preparation & Submission of National Lottery Heritage Fund (NLHF) Expression of InterestMar - Apr 2024 Procurement of Professional Team to RIBA 1Apr - Aug 2024 Preparation of outline documentation (drawings/ costings/ activity/ interpretation) to RIBA 1Aug 2024 National Lottery Heritage Fund Development application submissionDec 2024 National Lottery Heritage Fund Development awardFeb - Sep 2025 Procurement of Professional Team to RIBA 6 (with break clause after RIBA 3)Apr - Dec 2025 Preparation of RIBA 2 documentationDec 2025 National Lottery Heritage Fund mid-stage reviewJan - Apr 2026 Preparation of RIBA 3 documentationMay 2026 National Lottery Heritage Fund Delivery application submissionMay 2026 Submission of Planning & Listed Building Consent applicationsSep 2026 National Lottery Heritage Fund Delivery decisionNov 2026 - Oct 2027 Preparation of detailed (RIBA 4) design and procurement of Principal ContractorOct 2027 - Sep 2029 Works on SiteNov 2029 Grand OpeningIt will therefore be noted that this is a relatively tight timescale, which requires effective, collaborative, and timely working across the professional team if it is to be met.FeeThe maximum fee available is PS70,000, including expenses and travel but excluding VAT.Please note that if you feel that this does not cover the resource required to deliver against this brief, you are invited to state this in your submission. As such, a fee proposal of more than PS70,000 does not automatically preclude consideration of a bid.",
        "procurementMethod": "open",
        "mainProcurementCategory": "services",
        "tenderPeriod": {
            "endDate": "2024-02-19T12:00:00Z"
        },
        "awardPeriod": {
            "endDate": "2024-03-04T00:00:00Z"
        },
        "documents": [
            {
                "id": "ocds-kuma6s-138055-document-138055-JAN463414-1",
                "title": "Invitation to Tender",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JAN463414&idx=1",
                "datePublished": "2024-01-15T14:20:01Z",
                "dateModified": "2024-01-22T12:26:29Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-138055-document-138055-JAN463414-2",
                "title": "Query and answer",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JAN463414&idx=2",
                "datePublished": "2024-01-17T15:21:24Z",
                "dateModified": "2024-01-17T15:21:24Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-138055-document-138055-JAN463414-3",
                "title": "Questions and answers",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JAN463414&idx=3",
                "datePublished": "2024-01-22T12:16:45Z",
                "dateModified": "2024-01-22T12:16:45Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-138055-document-138055-JAN463414-4",
                "title": "Invitation to Tender",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JAN463414&idx=4",
                "datePublished": "2024-01-22T12:26:29Z",
                "dateModified": "2024-01-22T12:26:29Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-138055-document-138055-JAN463414-5",
                "title": "Question and answer",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JAN463414&idx=5",
                "datePublished": "2024-01-25T15:18:22Z",
                "dateModified": "2024-01-25T15:18:22Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "ocds-kuma6s-138055-document-138055-JAN463414-6",
                "title": "Question & answer",
                "url": "https://www.sell2wales.gov.wales/Notice/Download/DocumentDownload.aspx?id=JAN463414&idx=6",
                "datePublished": "2024-01-25T15:19:20Z",
                "dateModified": "2024-01-25T15:19:20Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://www.sell2wales.gov.wales"
        },
        "additionalClassifications": [
            {
                "id": "71000000",
                "description": "Architectural, construction, engineering and inspection services",
                "scheme": "CPV"
            },
            {
                "id": "71221000",
                "description": "Architectural services for buildings",
                "scheme": "CPV"
            },
            {
                "id": "71242000",
                "description": "Project and design preparation, estimation of costs",
                "scheme": "CPV"
            },
            {
                "id": "71243000",
                "description": "Draft plans (systems and integration)",
                "scheme": "CPV"
            }
        ]
    },
    "noticetype": "S2W Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "ocds-kuma6s-138055-award-140154-44",
            "suppliers": [
                {
                    "id": "org-64",
                    "name": "Purcell"
                }
            ],
            "items": [
                {
                    "id": "ocds-kuma6s-138055-awarditem-140154-44"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-kuma6s-138055-award-140154-44",
            "awardID": "ocds-kuma6s-138055-award-140154-44",
            "status": "active",
            "dateSigned": "2024-03-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "ocds-kuma6s-138055-bidsstatistic-140154-44",
                "measure": "bids",
                "value": 2
            }
        ]
    }
}