CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
University of Wales Trinity Saint David |
Carmarthen Campus, |
Carmarthen |
SA31 3EP |
UK |
Heidi Davies |
+44 1267676767 |
|
|
www.tsd.ac.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0343
www.sell2wales.gov.uk
|
|
|
|
|
|
|
|
|
|
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 authoritySwansea Waterfront Innovation Quarter Consultancy |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract12 |
II.1.2)
|
Main site or location of works, place of delivery or performance
South West Wales (Swansea Carmarthen & Lampeter)
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)
The University of Wales Trinity Saint David (UWTSD) (hereafter referred to as the University (or UWTSD) wishes to appoint the following:_
Lot 1. Cost Management Services
Lot 2. Project Management Services
Lot 3. Principal Designer
Lot 4. BREEAM Assessor
Lot 5. Supervisor
Lot 6. BIM Coordinator
to deliver professional services for their proposed project in the Swansea Waterfront Innovation Quarter.
The proposed University facilities at SA1 will be delivered in two phases.
Phase 1 will provide the new Faculty of Architecture, Computing & Engineering (FACE) together with the new Library. The gross internal area for Phase 1 is 12,173m2 and is scheduled to start on site July 2016, ready for the start of the 2018 academic year.
Phase 2 will provide the Business Precinct, Education, Student Centre and Sports Centre. The gross internal area is 18,672m2 and is scheduled to start on site January 2019, ready for the start of the 2021 academic year.
This PQQ relates to both Phase 1 and Phase 2.
5. Required Professional Services
Lot 1. Cost Management Services
Focussing primarily on cost advice and support for RIBA Work Stages 4 - 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in ITT). The Cost Manager should be capable of delivering, directly or with limited specified expert support, all necessary professional services to assist the Project Director in delivering all cost management aspects of the project.
Note, cost management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
Lot 2. Project Management Services
Focussing primarily on project management services for RIBA Work Stages 4 - 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in ITT). The Project Manager will be managing a two stage design & build construction procurement process and subsequent management of the building contract.
Note, project management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments
Lot 3. Principal Designer Consultant
In accordance with the 2015 CDM Regulations, The Principal Designer Consultant will have responsibility for the co-ordination and management of Health and Safety during the pre-construction phase of the project; liaising with the Principal Contractor to help in the planning, managing, monitoring, and coordination of the construction phase; delivering the Health & Safety File at completion. Services are required for RIBA Work Stages 4 – 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in the ITT).
Note, Principal Designer Consultant services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
Lot 4. BREEAM Assessor
The BREEAM Assessor will undertake and guide the University through the formal BREEAM assessment and certification process for the project, focussing on RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in ITT). Services to include preparing, updating and issuing assessments during the design and construction phases leading to the issue of a Final Post Construction stage report to BRE.
Note, BREEAM pre-assessments for Phase 1 RIBA Work Stages 2 and 3 are currently being delivered by existing appointments.
Lot 5. Supervisor
Subject to a decision on the form of contract, the University may have to appoint a Supervisor to ensure that the works are delivered to an agreed standard of quality and in accordance with the design including specification. The overall objective of the Supervisor is to protect the interests of the University, whilst ensuring works are carried out in accordance with the contract. Services are required for RIBA Work Stages 4 – 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in the ITT).
Note, Supervisor consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
Lot 6. BIM Coordinator
The University wishes to appoint a BIM coordinator to implement a BIM project set up which will set the goals for the project’s BIM workflow and management requirements. Principal responsibilities to include:- managing processes and procedures for information exchange; initiating and implementing the Project Information Plan and Asset Information Plan; assisting in the preparation of Project Outputs e.g. data drops; implementation of the BIM Protocol, including updating the Model Production and Delivery Table.
Services are required for RIBA Work Stages 4 – 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in the ITT). Note, BIM Coordinator consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
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=33699.
|
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 Yes
|
|
|
|
|
|
|
II.1.9)
|
Will variants be accepted
No |
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
|
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 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
(8) 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 a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(3) 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) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) 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;
|
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
|
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
|
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
UWTSD1516/21
|
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 24-09-2015
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 09-10-2015
|
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
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
|
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:33699)
|
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 04-09-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
University of Wales Trinity Saint 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 Saint David |
Carmarthen Campus |
Carmarthen |
SA31 3EP |
UK |
|
+44 1267676767 |
|
|
www.tsd.ac.uk |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
University of Wales Trinity Saint David |
Carmarthen Campus |
Carmarthen |
SA31 3EP |
UK |
|
+44 1267676767 |
|
|
www.tsd.ac.uk |
|
|
ANNEX B
Information About Lots
|
1
Cost Management Services |
1)
|
Short Description
Focussing primarily on cost advice and support for RIBA Work Stages 4 - 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in ITT). The Cost Manager should be capable of delivering, directly or with limited specified expert support, all necessary professional services to assist the Project Director in delivering all cost management aspects of the project.
Note, cost management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71540000 |
|
|
|
|
|
3)
|
Quantity or scope
1
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
2
Project Management Services |
1)
|
Short Description
Focussing primarily on project management services for RIBA Work Stages 4 - 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in ITT). The Project Manager will be managing a two stage design & build construction procurement process and subsequent management of the building contract.
Note, project management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71540000 |
|
|
|
|
|
3)
|
Quantity or scope
1
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
3
. Principal Designer Consultant |
1)
|
Short Description
In accordance with the 2015 CDM Regulations, The Principal Designer Consultant will have responsibility for the co-ordination and management of Health and Safety during the pre-construction phase of the project; liaising with the Principal Contractor to help in the planning, managing, monitoring, and coordination of the construction phase; delivering the Health & Safety File at completion. Services are required for RIBA Work Stages 4 – 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in the ITT).
Note, Principal Designer Consultant services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71541000 |
|
|
|
|
|
3)
|
Quantity or scope
1
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
4
BREEAM Assessor |
1)
|
Short Description
The BREEAM Assessor will undertake and guide the University through the formal BREEAM assessment and certification process for the project, focussing on RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in ITT). Services to include preparing, updating and issuing assessments during the design and construction phases leading to the issue of a Final Post Construction stage report to BRE.
Note, BREEAM pre-assessments for Phase 1 RIBA Work Stages 2 and 3 are currently being delivered by existing appointments.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71540000 |
|
|
|
|
|
3)
|
Quantity or scope
1
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
5
Supervisor |
1)
|
Short Description
Subject to a decision on the form of contract, the University may have to appoint a Supervisor to ensure that the works are delivered to an agreed standard of quality and in accordance with the design including specification. The overall objective of the Supervisor is to protect the interests of the University, whilst ensuring works are carried out in accordance with the contract. Services are required for RIBA Work Stages 4 – 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in the ITT).
Note, Supervisor consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71540000 |
|
|
|
|
|
3)
|
Quantity or scope
1
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
ANNEX B
Information About Lots
|
6
. BIM Coordinator |
1)
|
Short Description
The University wishes to appoint a BIM coordinator to implement a BIM project set up which will set the goals for the project’s BIM workflow and management requirements. Principal responsibilities to include:- managing processes and procedures for information exchange; initiating and implementing the Project Information Plan and Asset Information Plan; assisting in the preparation of Project Outputs e.g. data drops; implementation of the BIM Protocol, including updating the Model Production and Delivery Table.
Services are required for RIBA Work Stages 4 – 6 for Phase 1 and RIBA Work Stages 2 – 6 for Phase 2 (to be further detailed in the ITT). Note, BIM Coordinator consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
|
2)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71540000 |
|
|
|
|
|
3)
|
Quantity or scope
1
|
4)
|
Indication about different contract dates
|
5)
|
Additional Information about lots
|
|