CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Swansea University |
The Purchasing Office, Swansea University, Singleton Park |
Swansea |
SA2 8PP |
UK |
Owen Cullen, Senior Procurement Officer |
+44 1792606268 |
|
|
www.swansea.ac.uk
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0345
www.etenderwales.bravosolution.co.uk
www.etenderwales.bravosolution.co.uk
|
|
|
|
|
|
|
|
|
|
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 authorityDesign Services & Main Contractor Construction Works for The Computational Foundry Project |
II.1.2(a))
|
Type of works contract
|
|
|
|
|
|
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract
|
II.1.2)
|
Main site or location of works, place of delivery or performance
Swansea University Science & Innovation Bay Campus
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)
It is the intention of Swansea University to engage a Principal Contractor on a Design & Build basis to develop a design from RIBA Stage 2 under a professional services contract to conclusion of an agreed commercial offer for the construction of the Computational Foundry. On conclusion and agreement of an affordable lump sum offer, the University shall appoint the Principal Contractor to deliver the Works to completion of the project including all design elements thereafter.
Following an OJEU process the University are currently working with the appointed Design Team to develop proposals for the Computational Foundry Project, the incumbent design team will progress the design of the Computational Foundry to the completion of RIBA Stage 2.
It is the current intention that a detailed planning application be developed and submitted in parallel with the conclusion of RIBA design stage 2. The Design team and/or Swansea University will also deal with queries that arise from the planning process through to the planning award.
The University has to date also appointed Project and Cost Management services. The Project Management and Cost Management services will remain client side for the duration of the project.
The Contractor element will be delivered on a two stage basis utilising the NEC3 Professional Service Contract (Option A: Priced Contract with Activity Schedule) for pre-construction services (first stage) and the NEC3 construction Contract Option A Priced with Activity Schedule for the construction phase of the works (second stage).
The Contractor shall develop the RIBA design stages to completion of the Contractors second stage and Contract award; The University reserves the right to refrain from entering into a contract for the provision of Works should an affordable scheme not be developed.
The delivery strategy requires the Contractor to develop the design through to the completion of RIBA Stage 6; including the development of option appraisals, design/tender packages etc.
The Employer encourages the development of the scheme in a collaborative working environment. It is the Employer’s aim to develop a team ethos where the aims of the Employer, the Design Team and Contractor are aligned, are mutually beneficial and deliver a first class scheme for the benefit of the University.
The current intention is for delivery of the project within the first quarter of 2018, although it is an expectation that initiatives to improve the programme shall be proposed and incorporated.
Anticipated construction value for the Computational Foundry project will be circa GBP 16M to GBP 18M. As a proposed turnkey project, the construction value will be inclusive of but not limited to provision of FF&E.
Cost evaluation will be undertaken using the sum of the following costs: -
- Pre-construction fee (including design fees)
- Preliminaries
- Overheads and profit against the anticipated project cost (This will be a nominal figure determined by the Cost Manager).
The appointment will be on the basis of securing funding from external bodies sufficient to deliver the project.
Tenderers shall bid in the understanding that the University may terminate appointment at any point prior to securing full funding. This will not include completed activities up to the point of termination.
Further information should be obtained from the tender documents.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
45210000 |
|
|
|
|
|
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 |
|
1600000018000000 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
|
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 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 a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) 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.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Information relating to minimum requirements and financial evaluation are included within the PQQ documents.
Note that in order to be eligible to tender, a turnover of GBP 35M or greater over the anticipated term of contract will be required to be evidenced.
The minimum indemnities required for this project are as follows: -
Public - GBP 10M
Employers' - GBP 10M
Professional - GBP 10M
|
III.2.3)
|
Technical capacity
(1) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(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.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(4) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
|
III.2.4)
|
Reserved contracts
|
|
|
|
|
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 participate5 |
|
Objective criteria for choosing the limited number of candidates
Full information is provided within the PQQ documents.
|
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
T32(16) (Estates)
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
|
|
|
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 22-01-2016
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 04-02-2016
|
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
The funding for this contract is provided from a number of different sources including the Welsh Government, UK Government, and European Investment Bank Loan and the project is part funded by the European Regional Development Fund through the Welsh Government. The successful contractor will be required to comply with reasonable requests for information from the University to satisfy its own needs or those of the funding bodies.
|
VI.3)
|
Additional Information
(WA Ref:38673)
The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Award date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Sell2Wales portal (www.sell2wales.co.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Targeted Recruitment & Training initiatives will be required to be implemented by the successful contractor.
A minimum of 52 person-weeks of employment shall be provided for a new entrant trainee recruited from a source agreed by the Client, for each GBP 1M in contract value as a condition of contract.
Full information is included within the tender documents.
|
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 24-12-2015 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
www.etenderwales.bravosolution.co.uk |
|
|
|
UK |
|
|
|
|
|
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
www.etenderwales.bravosolution.co.uk |
|
|
|
UK |
|
|
|
|
|
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
www.etenderwales.bravosolution.co.uk |
|
|
|
UK |
|
|
|
|
|
|