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

Swansea Waterfront Innovation Quarter Consultancy.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

University of Wales Trinity Saint David
Carmarthen Campus
For the attention of: Heidi Davies
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767

Internet address(es):

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

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0343

Electronic access to information: www.sell2wales.gov.uk

Further information can be obtained from: University of Wales Trinity Saint David
Carmarthen Campus
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
Internet address: www.tsd.ac.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: University of Wales Trinity Saint David
Carmarthen Campus
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
Internet address: www.tsd.ac.uk

Tenders or requests to participate must be sent to: University of Wales Trinity Saint David
Carmarthen Campus
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
Internet address: www.tsd.ac.uk

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:
Swansea Waterfront Innovation Quarter Consultancy.
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: South West Wales (Swansea Carmarthen & Lampeter).

NUTS code UKL

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The University of Wales Trinity Saint David (UWTSD) (hereafter referred to as the University (or UWTSD) wishes to appoint the following:
- Lot 1. Cost Management Services;
- Lot 2. Project Management Services;
- Lot 3. Principal Designer;
- Lot 4. BREEAM Assessor;
- Lot 5. Supervisor;
- Lot 6. BIM Coordinator;
to deliver professional services for their proposed project in the Swansea Waterfront Innovation Quarter.
The proposed University facilities at SA1 will be delivered in 2 phases.
Phase 1 will provide the new Faculty of Architecture, Computing and Engineering (FACE) together with the new Library. The gross internal area for Phase 1 is 12 173 m² and is scheduled to start on site July 2016, ready for the start of the 2018 academic year.
Phase 2 will provide the Business Precinct, Education, Student Centre and Sports Centre. The gross internal area is 18 672 m² and is scheduled to start on site January 2019, ready for the start of the 2021 academic year.
This PQQ relates to both Phase 1 and Phase 2.
5. Required Professional Services.
Lot 1. Cost Management Services:
Focussing primarily on cost advice and support for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in ITT). The Cost Manager should be capable of delivering, directly or with limited specified expert support, all necessary professional services to assist the Project Director in delivering all cost management aspects of the project.
Note, cost management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
Lot 2. Project Management Services:
Focussing primarily on project management services for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in ITT). The Project Manager will be managing a two stage design & build construction procurement process and subsequent management of the building contract.
Note, project management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments
Lot 3. Principal Designer Consultant:
In accordance with the 2015 CDM Regulations, The Principal Designer Consultant will have responsibility for the co-ordination and management of Health and Safety during the pre-construction phase of the project; liaising with the Principal Contractor to help in the planning, managing, monitoring, and coordination of the construction phase; delivering the Health and Safety File at completion. Services are required for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in the ITT).
Note, Principal Designer Consultant services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
Lot 4. BREEAM Assessor:
The BREEAM Assessor will undertake and guide the University through the formal BREEAM assessment and certification process for the project, focussing on RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in ITT). Services to include preparing, updating and issuing assessments during the design and construction phases leading to the issue of a Final Post Construction stage report to BRE.
Note, BREEAM pre-assessments for Phase 1 RIBA Work Stages 2 and 3 are currently being delivered by existing appointments.
Lot 5. Supervisor:
Subject to a decision on the form of contract, the University may have to appoint a Supervisor to ensure that the works are delivered to an agreed standard of quality and in accordance with the design including specification. The overall objective of the Supervisor is to protect the interests of the University, whilst ensuring works are carried out in accordance with the contract. Services are required for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in the ITT).
Note, Supervisor consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
Lot 6. BIM Coordinator:
The University wishes to appoint a BIM coordinator to implement a BIM project set up which will set the goals for the project's BIM workflow and management requirements. Principal responsibilities to include:
- managing processes and procedures for information exchange; initiating and implementing the Project Information Plan and Asset Information Plan; assisting in the preparation of Project Outputs e.g. data drops; implementation of the BIM Protocol, including updating the Model Production and Delivery Table.
Services are required for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in the ITT). Note, BIM Coordinator consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.

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=33699

II.1.6)Common procurement vocabulary (CPV)

72224000, 71541000, 71315200, 71315210

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: yes
Tenders may be submitted for all lots
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:
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

Information about lots

Lot No: 1 Lot title: Cost Management Services
1)Short description
Focussing primarily on cost advice and support for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in ITT). The Cost Manager should be capable of delivering, directly or with limited specified expert support, all necessary professional services to assist the Project Director in delivering all cost management aspects of the project.
Note, cost management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
2)Common procurement vocabulary (CPV)

71540000, 71541000

3)Quantity or scope
1.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Project Management Services
1)Short description
Focussing primarily on project management services for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in ITT). The Project Manager will be managing a two stage design & build construction procurement process and subsequent management of the building contract.
Note, project management services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
2)Common procurement vocabulary (CPV)

71540000, 71541000

3)Quantity or scope
1.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Principal Designer Consultant
1)Short description
In accordance with the 2015 CDM Regulations, The Principal Designer Consultant will have responsibility for the co-ordination and management of Health and Safety during the pre-construction phase of the project; liaising with the Principal Contractor to help in the planning, managing, monitoring, and coordination of the construction phase; delivering the Health and Safety File at completion. Services are required for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in the ITT).
Note, Principal Designer Consultant services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
2)Common procurement vocabulary (CPV)

71541000, 71540000

3)Quantity or scope
1.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: BREEAM Assessor
1)Short description
The BREEAM Assessor will undertake and guide the University through the formal BREEAM assessment and certification process for the project, focussing on RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in ITT). Services to include preparing, updating and issuing assessments during the design and construction phases leading to the issue of a Final Post Construction stage report to BRE.
Note, BREEAM pre-assessments for Phase 1 RIBA Work Stages 2 and 3 are currently being delivered by existing appointments.
2)Common procurement vocabulary (CPV)

71540000, 71541000

3)Quantity or scope
1.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Supervisor
1)Short description
Subject to a decision on the form of contract, the University may have to appoint a Supervisor to ensure that the works are delivered to an agreed standard of quality and in accordance with the design including specification. The overall objective of the Supervisor is to protect the interests of the University, whilst ensuring works are carried out in accordance with the contract. Services are required for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in the ITT).
Note, Supervisor consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
2)Common procurement vocabulary (CPV)

71540000, 71541000

3)Quantity or scope
1.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 6 Lot title: BIM Coordinator
1)Short description
The University wishes to appoint a BIM coordinator to implement a BIM project set up which will set the goals for the project's BIM workflow and management requirements. Principal responsibilities to include:
- managing processes and procedures for information exchange; initiating and implementing the Project Information Plan and Asset Information Plan; assisting in the preparation of Project Outputs e.g. data drops; implementation of the BIM Protocol, including updating the Model Production and Delivery Table.
Services are required for RIBA Work Stages 4-6 for Phase 1 and RIBA Work Stages 2-6 for Phase 2 (to be further detailed in the ITT). Note, BIM Coordinator consultancy services for Phase 1 RIBA Work Stages 2 and 3 currently being delivered via existing appointments.
2)Common procurement vocabulary (CPV)

71540000, 71541000

3)Quantity or scope
1.
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

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:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: (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 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.
(8) 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 ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(2) 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.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years.
(2) 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.
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 minimum number 5: and maximum number 8
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:
UWTSD1516/21
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.9.2015 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
9.10.2015
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
VI.3)Additional information
(WA Ref:33699).
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.9.2015