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
|
|
|
|
|
|
|
|
|
|
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 authorityProject 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 contract12 |
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
|
|
|
|
|
|
|
II.1.4)
|
Information on framework agreement (if applicable)
|
|
|
|
|
|
Number of participants to the framework agreement envisaged
|
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement150000000GBP |
|
Frequency and value of the contracts to be awardedValue 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 |
|
|
|
|
|
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
No |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeThe 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 completion48 |
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
|
|
|
|
|
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 participate6 |
|
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
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
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
|
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 |