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 authorityMulti-Disciplinary Master Planning Team/design team Consultancy Services |
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
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) wishes to appoint a Multi-Disciplinary Architect-led Design Team to provide Master Planning and Design Team services to assist the University’s Project Director with the major re-development of their property portfolio
The University wishes to proceed with the commission of the following design-led services:
PART ONE Master Planning, to focus on the following:
a. Preparing a Master Plan leading to submission and approval of either a revised Outline Planning application or Variation of Condition as required by the Planning Authority for the following site plots at Swansea SA1: A11b, A15, A16, C4, E8, E9F, E6, E7 – total area circa 11 acres (refer to Part 6 Additional Information - Annex 1 for Swansea SA1 Site Plot Plan).
b. Preparing a Master Plan, in conjunction with the Welsh Government leading to submission and approval of either a revised Outline Planning application or Variation of Condition as required by the Planning Authority, of the area named ‘Leisure Quarter’ (plots B13, C1, C2, C3, C5, C6 and C7) – total area circa 7 acres (refer to Part 6 Additional Information - Annex 1 for Swansea SA1 Site Plot Plan).
c. Supporting the development of a Master Plan for the reconfiguration and/or disposal of the University’s existing estate at their campuses in Swansea (Mount Pleasant, Townhill, and Ty Bryn Glas, primarily). This support would be provided to a separate team focusing on the University’s Asset Disposal Strategy, and led by a Town & Country Planning Adviser. The level of support is not anticipated to be significant, and will mainly focus on coordination with the wider Swansea SA1 Master Plan.
d. Carrying out a high level review of the University’s Carmarthen and Lampeter campuses and identifying areas for rationalisation and/or development, with reference to key emerging planning issues, such as the proposed relocation of S4C from Cardiff to Carmarthen. It is estimated that 80%+ of the master planning resource will focus on the University’s Swansea campuses, which reflects the importance of Swansea to the longer term sustainability of the University.
e. Ensuring that the Swansea SA1 Master Plan reflects key planning assumptions in Carmarthen and Lampeter.
Basis of offers for 1a and 1b: lump sum (refer to Appendix A to the Form of Tender for instructions on how to complete this offer requirement). Basis of offer for 1c, 1d and 1e: time charge in the first instance (lump sums will be agreed upon appointment of the successful tenderer and after the initial brief review meeting with the University this via an agreed resource schedule using the Tenderers submitted hourly rates) (refer to Appendix A to the Form of Tender for instructions on how to complete this offer requirement).
PART TWO Multi-Disciplinary Design Team (preferably led by an Architectural organisation, with considerable urban design experience) to obtain a Full Planning approval of a number of selected projects of varying value at selected SA1 sites. Comprises RIBA Plan of Work 2013: following completion of the Master Plans (Service 1) completion of Stage 2 Concept Design and Stage 3 Developed Design.
The University wishes to ensure the master planning and design processes follow current guidelines and best practices of design including sustainability. Upon appointment the successful tenderer will be required to work with the University to develop and agree a “Design Code” which will set the parameters for developing the University’s brief and also provide guidance to the master planning process and subsequent development of detailed design. The University wishes to achieve a minimum space utilisation of 35% and this criteria must form part of the design code with guidance on how it can be achieved by considered and careful asset optimisation. The design code will be developed following the principles of best practice and guidelines as promoted by professional institutions and recognised organisations including the following:
- Building Research Establishment (BRE) including setting standards for BREEAM
- Commission for Architecture and the Built Environment (CABE)
- Constructing Excellence in Wales (CEW)
- Design Commission for Wales (DCFW)
Business Information Modelling (BIM): The University wishes to introduce BIM Level 2 in advance of the mandatory all Wales target of 2016 from the start of this commission. The Tenderer is to include within their offer for delivering the requirements of this ITT the required services/procedures/systems to deliver BIM to Level 2. The Tenderer is also required to work with the University to ensure it sets up its own systems to comply with the mandatory all Wales target for BIM Level 2 target by 2016.
Discussions with Local Planning Authority and Key Stakeholders including Welsh Government and the Community: The Tenderer is to ensure that they allow adequate provision and resource in their offers for taking part in discussions with these organisations and stakeholders including the community.
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=9308.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
70000000 |
|
|
|
|
|
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 scope |
|
100000400000 GBP |
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 28-06-2014 31-07-2015 |
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
UWTSD Standard T&C's
|
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
|
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 |
|
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
TSD1314/02
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 26-05-2014
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 02-06-2014
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
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
|
|
|
|
02-06-2014
12:00 UWTSD Carmarthen
|
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:9308)
|
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 17-04-2014 |
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 |
|