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

Project Management Led Multi Disciplined Professional Services Framework Agreement

  • First published: 21 November 2013
  • Last modified: 21 November 2013

Contents

Summary

OCID:
ocds-kuma6s-004046
Published by:
NPTC Group of Colleges
Authority ID:
AA0270
Publication date:
21 November 2013
Deadline date:
06 January 2014
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

NPTC Group, as the contracting body is putting in place a single source framework for a Project Management led Multi Disciplined Professional Services Team to undertake construction and property related services including; Project Management, Cost Management, Technical, Design and Health and Safety Services to respond the Groups programme of capital works. The single source Project Management led framework will provide NPTC Group with access to a full project management and design team service to progress through the RIBA Plan of Work Stages 2013 (0 – 7) and OGC Gateway Review Process when delivering refurbishment, alteration and extension, new build, demolition and relocation exercises and major programmes of work, including ancillary construction projects connected to main construction contracts, client advisor, option appraisals, business case, procurement, building search, building surveys, due diligence surveys, business justification of a project, construction management, programme management, project management, multidisciplinary design and engineering, master planning, site analysis, contractor procurement, cost planning / budgeting / estimating, space planning and interior design, project design management and cost management, change management, building services engineering and integration, environment services/surveys consultancy/advice, additional related services, sustainability, Building Information Modelling (BIM); advise on geotechnical, topographical surveys, contamination and other site investigations, surveys and reports, BREEAM Assessments, archaeological surveys, public consultations; Appointment of or advising on adjudications, arbitration or litigation, party wall surveys, ICT, security, ecology, fire, risk assessments/certification site project management; Post occupation evaluations. CPV: 71000000, 71200000, 71210000, 71220000, 71230000, 71240000, 71242000, 71244000, 71245000, 71246000, 71247000, 71248000, 71250000, 71300000, 71311000, 71312000, 71317200, 71317210, 71320000, 71321000, 71322000, 71324000, 71330000, 71333000, 71334000, 71340000, 71350000, 71355000, 71356000, 71420000, 71500000, 71520000, 71530000, 71540000, 71541000, 79415200, 79994000.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


NPTC Group

Neath Campus, Dwr-Y-Felin Road

Neath

SA10 7RF

UK

Procurement

Christine Jenkins

+44 1639648091

elaine.jenkins@nptcgroup.ac.uk

+44 1639648009

www.nptc.ac.uk

http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0270
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked 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

Project Management Led Multi Disciplined Professional Services Framework Agreement

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

Neath Port Talbot & Powys



UKL17

II.1.3)

This notice involves

Unchecked box
Unchecked box
Checked box

II.1.4)

Information on framework agreement (if applicable)

Checked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

4

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

150000000GBP

Frequency and value of the contracts to be awarded

Value in fees for all projects delvered GBP15,000,000

II.1.5)

Short description of the contract or purchase(s)

NPTC Group, as the contracting body is putting in place a single source framework for a Project Management led Multi Disciplined Professional Services Team to undertake construction and property related services including; Project Management, Cost Management, Technical, Design and Health and Safety Services to respond the Groups programme of capital works.

The single source Project Management led framework will provide NPTC Group with access to a full project management and design team service to progress through the RIBA Plan of Work Stages 2013 (0 – 7) and OGC Gateway Review Process when delivering refurbishment, alteration and extension, new build, demolition and relocation exercises and major programmes of work, including ancillary construction projects connected to main construction contracts, client advisor, option appraisals, business case, procurement, building search, building surveys, due diligence surveys, business justification of a project, construction management, programme management, project management, multidisciplinary design and engineering, master planning, site analysis, contractor procurement, cost planning / budgeting / estimating, space planning and interior design, project design management and cost management, change management, building services engineering and integration, environment services/surveys consultancy/advice, additional related services, sustainability, Building Information Modelling (BIM); advise on geotechnical, topographical surveys, contamination and other site investigations, surveys and reports, BREEAM Assessments, archaeological surveys, public consultations; Appointment of or advising on adjudications, arbitration or litigation, party wall surveys, ICT, security, ecology, fire, risk assessments/certification site project management; Post occupation evaluations.

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=4046.

II.1.6)

Common Procurement Vocabulary (CPV)

71000000
71200000
71210000
71220000
71230000
71240000
71242000
71244000
71245000
71246000
71247000
71248000
71250000
71300000
71311000
71312000
71317200
71317210
71320000
71321000
71322000
71324000
71330000
71333000
71334000
71340000
71350000
71355000
71356000
71420000
71500000
71520000
71530000
71540000
71541000
79415200
79994000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

The framework duration will be four years.

The Project Management led Multi Disciplined Team will consist of the following disciplines:

1. Project Management (lead Consultant).

2. Cost Management

3. Architectural Design Services

4. Mechanical and Electrical Design Services

5. Structural Design Services to include Civil and Construction Design

6. BREEAM Assessor

7. Building Surveying

8. CDM-C

NPTC Group will enter into contract with the lead consultant on a direct award call off basis to carry out specific projects on a whole team or part team for each individual project which will be the subject of specific agreements and formal orders.

The terms and conditions of the contractual arrangements between NPTC Group and the Project Management organisation will be the NEC3 Professional Services Contract (June 2005 with amendments June 2006 and September 2011) supplemented by other ancillary specific conditions issued by NPTC Group and contained in the tender document.

The total approximate value of all potential capital funded projects is GBP150,000,000. The total approximate value of fees paid is GBP15,000,000

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

II.3)

Duration of the contract or limit for completion

48

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

Delivery Payment

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

Any Consortium to Lead Consultant, all members will have joint & several liability in respect of obligation and liabilities to the agreement and any subsequent contract

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


NPTC Group will apply Regulation 23(1) of the Public Contracts Regulations 2006 sets out grounds on which a bidder will be deemed ineligible to tender for, or be awarded a public contract

III.2.2)

Economic and financial capacity


(1) 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.

(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.

10M Public Liability

5M Employers Liability

5M Professional Indemnity




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) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.




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

6

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

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

 23-12-2013

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 06-01-2014  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 20-01-2014

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?

Yes



There maybe EU funding available, but this will be based on each project issued.

VI.3)

Additional Information

NPTC Group, as the contracting body is putting in place a single source framework for a Project Management led Multi Disciplined Professional Services Team to undertake construction and property related services including; Project Management, Cost Management, Technical, Design and Health and Safety Services to respond the Groups programme of capital works.

The single source Project Management led framework will provide NPTC Group with access to a full project management and design team service to progress through the RIBA Plan of Work Stages 2013 (0 – 7) and OGC Gateway Review Process when delivering refurbishment, alteration and extension, new build, demolition and relocation exercises and major programmes of work, including ancillary construction projects connected to main construction contracts, client advisor, option appraisals, business case, procurement, building search, building surveys, due diligence surveys, business justification of a project, construction management, programme management, project management, multidisciplinary design and engineering, master planning, site analysis, contractor procurement, cost planning / budgeting / estimating, space planning and interior design, project design management and cost management, change management, building services engineering and integration, environment services/surveys consultancy/advice, additional related services, sustainability, Building Information Modelling (BIM); advise on geotechnical, topographical surveys, contamination and other site investigations, surveys and reports, BREEAM Assessments, archaeological surveys, public consultations; Appointment of or advising on adjudications, arbitration or litigation, party wall surveys, ICT, security, ecology, fire, risk assessments/certification site project management; Post occupation evaluations.

The framework duration will be four years.

The Project Management led Multi Disciplined Team will consist of the following disciplines:

1. Project Management (lead Consultant).

2. Cost Management

3. Architectural Design Services

4. Mechanical and Electrical Design Services

5. Structural Design Services to include Civil and Construction Design

6. BREEAM Assessor

7. Building Surveying

8. CDM-C

NPTC Group will enter into contract with the lead consultant on a direct award call off basis to carry out specific projects on a whole team or part team for each individual project which will be the subject of specific agreements and formal orders.

The terms and conditions of the contractual arrangements between NPTC Group and the Project Management organisation will be the NEC3 Professional Services Contract (June 2005 with amendments June 2006 and September 2011) supplemented by other ancillary specific conditions issued by NPTC Group and contained in the tender document.

(WA Ref:4046)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


NPTC Group

Dwr-y-Felin Road, Neath

Neath Port Talbot

SA10 7RF

UK

kathryn.holley@nptcgroup.ac.uk


www.nptcgroup.ac.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

In accordance with 47,47D to 47N (inclusive) of the public contracts regulations 2006(amended)

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 21-11-2013

Coding

Commodity categories

ID Title Parent category
71210000 Advisory architectural services Architectural and related services
71245000 Approval plans, working drawings and specifications Architectural, engineering and planning services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71240000 Architectural, engineering and planning services Architectural and related services
71250000 Architectural, engineering and surveying services Architectural and related services
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71530000 Construction consultancy services Construction-related services
71540000 Construction management services Construction-related services
71541000 Construction project management services Construction management services
71520000 Construction supervision services Construction-related services
71500000 Construction-related services Architectural, construction, engineering and inspection services
79994000 Contract administration services Miscellaneous business-related services
79415200 Design consultancy services Production management consultancy services
71246000 Determining and listing of quantities in construction Architectural, engineering and planning services
71320000 Engineering design services Engineering services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71322000 Engineering design services for the construction of civil engineering works Engineering design services
71300000 Engineering services Architectural, construction, engineering and inspection services
71350000 Engineering-related scientific and technical services Engineering services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71317200 Health and safety services Hazard protection and control consultancy services
71340000 Integrated engineering services Engineering services
71420000 Landscape architectural services Urban planning and landscape architectural services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71333000 Mechanical engineering services Miscellaneous engineering services
71330000 Miscellaneous engineering services Engineering services
71230000 Organisation of architectural design contests Architectural and related services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services
71324000 Quantity surveying services Engineering design services
71312000 Structural engineering consultancy services Consultative engineering and construction services
71247000 Supervision of building work Architectural, engineering and planning services
71248000 Supervision of project and documentation Architectural, engineering and planning services
71355000 Surveying services Engineering-related scientific and technical services
71356000 Technical services Engineering-related scientific and technical services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1024 Powys

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.

Document family

Notice details
Publication date:
21 November 2013
Deadline date:
06 January 2014 00:00
Notice type:
Contract Notice
Authority name:
NPTC Group of Colleges
Publication date:
02 June 2014
Notice type:
Contract Award Notice
Authority name:
NPTC Group of Colleges

About the buyer

Main contact:
elaine.jenkins@nptcgroup.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

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

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.