Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Swansea Waterfront Innovation Quarter Consultancy

  • First published: 04 September 2015
  • Last modified: 04 September 2015

Contents

Summary

OCID:
ocds-kuma6s-033699
Published by:
University of Wales Trinity Saint David
Authority ID:
AA0343
Publication date:
04 September 2015
Deadline date:
24 September 2015
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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 exis

Full notice text

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
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box
Checked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Swansea 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 contract

12

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

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

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
71541000
71315200
71315210

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

Yes

Unchecked box Unchecked box Checked box

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

Unchecked box
Unchecked box

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


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

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 participate

58

Objective criteria for choosing the limited number of candidates

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

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

Unchecked box
Unchecked box


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

Checked box    

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
71541000

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
71541000

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
71540000

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
71541000

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
71541000

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
71541000

3)

Quantity or scope

1


4)

Indication about different contract dates

5)

Additional Information about lots


Coding

Commodity categories

ID Title Parent category
71315200 Building consultancy services Building services
71315210 Building services consultancy services Building services
71541000 Construction project management services Construction management services
72224000 Project management consultancy services Systems and technical consultancy services

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
N/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
18/09/2015 10:32
ADDED FILE: PQQ Final Amended
PQQ Final Amended

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx154.41 KB
This file may not be accessible.
docx
docx154.25 KB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.