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 Award Notice

Aberystwyth Innovation and Enterprise Campus- Appointment of Multi Disciplinary Design Team

  • First published: 21 December 2015
  • Last modified: 21 December 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-021191
Published by:
Aberystwyth University
Authority ID:
AA1009
Publication date:
21 December 2015
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

With ERDF funding secured, Aberystwyth University in collaboration with BBSRC will be embarking upon a major infrastructure development project early in 2015 which will see a significant expansion of its Gogerddan site to provide 4000-5000sq metres of high quality research and innovation facilities in the fields of Sustainable Food, Bio-technology, Health and Energy Security. The total value of the project is expected to be of the order of GBP 40million. The Aberystwyth Innovation and Enterprise Campus (AIEC) will enable the establishment of a thriving commercially focussed Innovation Campus that will increase the capacity to deliver impact driven collaborative research projects within a state-of the art flagship environment. The AIEC Project now requires the services of a Multi-Disciplinary Design Team (MDDT) to include (but not necessarily limited to) Architects, Service, Structural and Civil Engineers, BREEAM (or equivalent) assessors and Cost Managers .The construction value is currently estimated at GBP 15-20 million. The MDDT will work in close association with the Project and Cost Management Team (PCM - which is currently subject to a separate procurement exercise) which we anticipate will be in place by the time the MDDT appointment is made. In the event that any one organisation or Consortia bids for both procurement opportunities (PCM and MDDT) the tender documents for this MDDT will require, as applicable, that any shortlisted bidder for this procurement explains how any potential conflict of interest in such a situation will be managed such that the University/AIEC has ‘comfort’ that appropriate segregation of duties and responsibilities would be put in place. An indicative procurement/construction programme has also recently been produced and will be issued at ITT stage. These projects/procurements will require that the PCM and the MDDT Teams shall be familiar with, have experience of, and be compliant with the following five processes/disciplines/principles:- a) The OGC Gateway Review Process (or equivalent) http://webarchive.nationalarchives.gov.uk/20100503135839/http:/www.ogc.gov.uk/what_is_ogc_gateway_review.asp b) BREEAM Excellent low carbon (or equivalent) http://www.breeam.org/ c) Welsh Government Community Benefits (or equivalent) Guidance http://wales.gov.uk/topics/improvingservices/bettervfm/publications/community-benefits-2014/?lang=en d) OGC 'Achieving Excellence in Construction' (or equivalent) http://webarchive.nationalarchives.gov.uk/20110601212617/http:/www.ogc.gov.uk/ppm_documents_construction.asp e) BIM Modelling (or equivalent) http://www.bimtaskgroup.org/ Interested bidders should be mindful that questions associated with compliance/delivery against the above processes/disciplines (or equivalents) will be included in the invitation to tender documents for all shortlisted bidders. Currently, because of funding and programme stipulations, we anticipate the project will take the form of a single stage design and build contract and there may be an opportunity to undertake a degree of pre-contract preparatory/enabling work to relieve pressure on what will be a demanding construction programme. CPV: 71200000, 71221000, 71222000, 71250000, 71251000, 71311000.

Full notice text

CONTRACT AWARD NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


AIEC LTD

Lord Milford Building, Plas Gogerddan

Aberystwyth

SY23 2BH

UK

AIEC Project

Mike Smith

+44 1970628611

mks@aber.ac.uk




http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA1009

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box

Commercially focused research activity

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

Aberystwyth Innovation and Enterprise Campus- Appointment of Multi Disciplinary Design Team

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

Aberystwyth University - Gogerddan Campus


UKL1

II.1.3)

This notice involves a framework agreement

Unchecked box
Unchecked box

II.1.4)

Short description of the contract or purchase(s)

With ERDF funding secured, Aberystwyth University in collaboration with BBSRC will be embarking upon a major infrastructure development project early in 2015 which will see a significant expansion of its Gogerddan site to provide 4000-5000sq metres of high quality research and innovation facilities in the fields of Sustainable Food, Bio-technology, Health and Energy Security. The total value of the project is expected to be of the order of GBP 40million.

The Aberystwyth Innovation and Enterprise Campus (AIEC) will enable the establishment of a thriving commercially focussed Innovation Campus that will increase the capacity to deliver impact driven collaborative research projects within a state-of the art flagship environment.

The AIEC Project now requires the services of a Multi-Disciplinary Design Team (MDDT) to include (but not necessarily limited to) Architects, Service, Structural and Civil Engineers, BREEAM (or equivalent) assessors and Cost Managers .The construction value is currently estimated at GBP 15-20 million.

The MDDT will work in close association with the Project and Cost Management Team (PCM - which is currently subject to a separate procurement exercise) which we anticipate will be in place by the time the MDDT appointment is made. In the event that any one organisation or Consortia bids for both procurement opportunities (PCM and MDDT) the tender documents for this MDDT will require, as applicable, that any shortlisted bidder for this procurement explains how any potential conflict of interest in such a situation will be managed such that the University/AIEC has ‘comfort’ that appropriate segregation of duties and responsibilities would be put in place. An indicative procurement/construction programme has also recently been produced and will be issued at ITT stage.

These projects/procurements will require that the PCM and the MDDT Teams shall be familiar with, have experience of, and be compliant with the following five processes/disciplines/principles:-

a) The OGC Gateway Review Process (or equivalent) http://webarchive.nationalarchives.gov.uk/20100503135839/http:/www.ogc.gov.uk/what_is_ogc_gateway_review.asp

b) BREEAM Excellent low carbon (or equivalent) http://www.breeam.org/

c) Welsh Government Community Benefits (or equivalent) Guidance http://wales.gov.uk/topics/improvingservices/bettervfm/publications/community-benefits-2014/?lang=en

d) OGC 'Achieving Excellence in Construction' (or equivalent) http://webarchive.nationalarchives.gov.uk/20110601212617/http:/www.ogc.gov.uk/ppm_documents_construction.asp

e) BIM Modelling (or equivalent) http://www.bimtaskgroup.org/

Interested bidders should be mindful that questions associated with compliance/delivery against the above processes/disciplines (or equivalents) will be included in the invitation to tender documents for all shortlisted bidders.

Currently, because of funding and programme stipulations, we anticipate the project will take the form of a single stage design and build contract and there may be an opportunity to undertake a degree of pre-contract preparatory/enabling work to relieve pressure on what will be a demanding construction programme.

II.1.5)

Common Procurement Vocabulary (CPV)

71200000
71221000
71222000
71250000
71251000
71311000

II.1.6)

Contract covered by the government procurement agreement (GPA)

Yes

II.2)

Total final value of the contract(s)

II.2.1)

Total final value of the contract(s)

 1200585   GBP     

Section IV: Procedure

IV.1)

Type of procedure

IV.1.1)

Type of procedure

IV.2)

Award criteria

IV.2.1)

Award criteria

Unchecked box
Checked box
Proposed Design Strategy 20
Five areas of relevant experience 30
Key Risks and Challenges 10
Method Statement, Resource Schedule and Org Diagram 30
Presentation 30
Commercial 30

IV.2.2)

An electronic auction has been used

No

IV.3)

Administrative information

IV.3.1)

File reference number attributed by the contracting authority

AIECMDDT2015

IV.3.2)

Previous publication(s) concerning the same contract


2015/S 22-036051 31-01-2015

Other previous publications

Section V: Award of contract

1

V.1)

Date of contract award:

 19-11-2015

V.2)

Numbers of offers received:

7

V.3)

Name and address of economic operator to whom the contract has been awarded


Ibi Nightingale

Morgan Arcade Chambers, 33 St Mary Street

Cardiff

CF10 1AF

UK



www.ibi-nightingale.com

V.4)

Information on value of contract

 1200585 GBP 

V.5)

The contract is likely to be subcontracted

No

Short description of the value/proportion of the contract to be subcontracted

Section VI: Complementary Information

VI.1)

Contract related to a project and/or programme financed by community funds?

Yes



See tender documents

VI.2)

Additional Information

(WA Ref:38657)

VI.3)

Procedures for appeal

VI.3.1)

Body responsible for appeal procedures


AIEC Ltd

Plas Gogerddan

Aberystwyth

SY23 3EB

UK

mks@aber.ac.uk

+44 1970628611

www.aber.ac.uk

Body responsible for mediation procedures










VI.3.2)

Lodging of appeals

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Participants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the participant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5), as amended, provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into

VI.3.3)

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










VI.4)

Dispatch date of this Notice

 21-12-2015

Coding

Commodity categories

ID Title Parent category
71251000 Architectural and building-surveying services Architectural, engineering and surveying services
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71221000 Architectural services for buildings Architectural design services
71222000 Architectural services for outdoor areas Architectural design services
71250000 Architectural, engineering and surveying services Architectural and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services

Delivery locations

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

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:
28 January 2015
Deadline date:
02 March 2015 00:00
Notice type:
Contract Notice
Authority name:
Aberystwyth University
Publication date:
21 December 2015
Notice type:
Contract Award Notice
Authority name:
Aberystwyth University

About the buyer

Main contact:
mks@aber.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.