CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
University of Wales Trinity St David |
Carmarthen Campus, |
Carmarthen |
SA31 3EP |
UK |
Procurement Department
Heidi Davies |
+44 1267676767 |
heidi.davies@tsd.uwtsd.ac.uk |
|
www.tsd.ac.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0343
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityCombined & Integrated Project Management, Cost Management & Supervisory Management Service |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract11 |
II.1.2)
|
Main site or location of works, place of delivery or performance
South West Wales
UKL |
II.1.3)
|
This notice involves
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
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)
To assist the University with its bid to S4C it commissioned a feasibility study for the project, the resulting design study is included in Appendix 1, included as a separate document. Following appointment of the successful Project/Cost/Supervisory Management Service Provider the University will require assistance to complete their brief at RIBA Stage 1.
The University has already issued a PQQ for the selection of a short list to invite to tender a multi-disciplinary design team comprising Architect (as lead), Civil and Structural Engineer, M&E Services Engineer, CDM-C Consultant and other specialist consultancies to complete the multi-disciplinary design team to be identified by the bidder as part of their PQQ, e.g. planning consultant, acoustician, multi and digital media consultant, IT consultant, BIM2 consultant etc. It is the intention that this multi-disciplinary will be novated to the yet to be tendered and appointed contractor at RIBA Stage 4 within a design and build contract.
Required Consultancy Services
It has been decided to procure these consultancy services as a single integrated appointment – ‘the Project Manager’ - with one lead individual who will focus, primarily, on cost and strategic project and programme management advice and support for RIBA Work Stages 1 (part, to assist with completing the University’s brief) and 2 – 6. The service provider, which may be one individual with other specialist support as absolutely necessary, is to deliver services as required by the selected form of contact namely NEC3 Option A: Priced Contract with Activity Schedule. The Project Manager should be capable of delivering, directly or with limited specified expert support the following services and advisory support:
Project Management, with extensive cost management experienced.
Cost Management – and with particular regard to the impact of non-negotiable programme delivery requirements, and effective value engineering within the context of a fixed budget
Supervisory Management (Construction stage)
All consultancy services deemed necessary to manage the development of the design once the University’s design team are novated to the contractor at RIBA Stage 4 to the completion of the project and also to provide quality control services to completion of the project.
It is intended that the Project Manager will be appointed using the NEC3 Professional Services Contract (PSC).
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=24231.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
72224000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scope |
|
|
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
|
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
|
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
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
It is intended that the A Multi-Disciplinary Project Management, Cost Management and Supervisor Team will be appointed using the NEC3 professional services contract (PSC).
|
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 evidence of relevant professional risk indemnity insurance.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
|
III.2.3)
|
Technical capacity
(1) 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;
(2) 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;
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
III.3)
|
Conditions Specific to Service Contracts
|
III.3.1)
|
Is provision of the service reserved to a specific profession? No |
III.3.2)
|
Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service? Yes |
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
|
|
|
|
|
|
|
|
|
|
|
|
|
Justification for the choice of accelerated procedure
The University of Wales Trinity Saint David is working in partnership with S4c to relocate their Head Quarter function from Cardiff to Carmarthen.
The basis of the scheme is to establish a multidisciplinary, entrepreneurial and creative exchange that will attempt to extend creative boundaries. It will be a totally unique development in the UK and will operate within a creative and sustainable eco-system. It is intended that the development will have a significant effect on the economy of the region and beyond, on the Welsh language and its’ use in an area where maintaining the viability of traditional Welsh language communities is a policy priority, and on the culture linked to the language that has always been a rich characteristic of this area of Wales.
The formal agreement has recently been ratified and due to a number on constraints, such as the timescale to relocate the Head Quarter function which must be achieved by the end of 2017. It is necessary to appoint a Multi-disciplinary team at the earliest opportunity to ensure a start on the site in early 2016.
|
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 participate58 |
|
Objective criteria for choosing the limited number of candidates
PQQ evaluation
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
|
|
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
UWTSD1415/14
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
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 27-03-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 02-04-2015
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender 3
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
11-03-2015
12:00 Coleg Sir Gar
|
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:24231)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 16-03-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
University of Wales Trinity St David |
Carmarthen Campus |
Carmarthen |
SA31 3EP |
UK |
|
+44 1267676767 |
|
|
www.tsd.ac.uk |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
University of Wales Trinity St David |
Carmarthen Campus |
Carmarthen |
SA31 3EP |
UK |
Procurement Department
Heidi Davies |
+44 1267676767 |
heidi.davies@tsd.uwtsd.ac.uk |
|
www.tsd.ac.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
University of Wales Trinity St David |
Carmarthen Campus |
Carmarthen |
SA31 3EP |
UK |
Procurement Department
Heidi Davies |
+44 1267676767 |
|
|
www.tsd.ac.uk |
|