By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Project Management Led Multi Disciplined Professional Services Framework Agreement.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

NPTC Group
Neath Campus, Dwr-Y-Felin Road
Contact point(s): Procurement
For the attention of: Christine Jenkins
SA10 7RF Neath
UNITED KINGDOM
Telephone: +44 1639648091
E-mail:
Fax: +44 1639648009

Internet address(es):

General address of the contracting authority: www.nptc.ac.uk

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0270

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: 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)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Neath Port Talbot & Powys.

NUTS code UKL17

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 150 000 000 GBP
Frequency and value of the contracts to be awarded: Value in fees for all projects delvered GBP 15 000 000.
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)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will 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 GBP 150 000 000. The total approximate value of fees paid is GBP 15 000 000.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

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 financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Delivery Payment.
III.1.3)Legal form to be taken by the group of economic operators 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
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: 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 ability
Information and formalities necessary for evaluating if the requirements are met: (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.
GBP 10M Public Liability
GBP 5M Employers Liability
GBP 5M Professional Indemnity
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 23.12.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
6.1.2014 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
20.1.2014
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): 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
SA10 7RF Neath Port Talbot
UNITED KINGDOM
E-mail:
Internet address: www.nptcgroup.ac.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging 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)Date of dispatch of this notice:
21.11.2013