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

Combined & Integrated Project Management, Cost Management & Supervisory Management Service.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

University of Wales Trinity St David
Carmarthen Campus
Contact point(s): Procurement Department
For the attention of: Heidi Davies
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
E-mail:

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

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
Combined & Integrated Project Management, Cost Management & Supervisory Management Service.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: South West Wales.

NUTS code UKL

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Short description of the contract or purchase(s)
To assist the University with its bid to S4C it commissioned a feasibility study for the project, the resulting design study is included in Appendix 1, included as a separate document. Following appointment of the successful Project/Cost/Supervisory Management Service Provider the University will require assistance to complete their brief at RIBA Stage 1.
The University has already issued a PQQ for the selection of a short list to invite to tender a multi-disciplinary design team comprising Architect (as lead), Civil and Structural Engineer, M&E; Services Engineer, CDM-C Consultant and other specialist consultancies to complete the multi-disciplinary design team to be identified by the bidder as part of their PQQ, e.g. planning consultant, acoustician, multi and digital media consultant, IT consultant, BIM2 consultant etc. It is the intention that this multi-disciplinary will be novated to the yet to be tendered and appointed contractor at RIBA Stage 4 within a design and build contract.
Required Consultancy Services
It has been decided to procure these consultancy services as a single integrated appointment - ‘the Project Manager’ - with one lead individual who will focus, primarily, on cost and strategic project and programme management advice and support for RIBA Work Stages 1 (part, to assist with completing the University's brief) and 2 - 6. The service provider, which may be one individual with other specialist support as absolutely necessary, is to deliver services as required by the selected form of contact namely NEC3 Option A: Priced Contract with Activity Schedule. The Project Manager should be capable of delivering, directly or with limited specified expert support the following services and advisory support:
Project Management, with extensive cost management experienced.
Cost Management - and with particular regard to the impact of non-negotiable programme delivery requirements, and effective value engineering within the context of a fixed budget
Supervisory Management (Construction stage)
All consultancy services deemed necessary to manage the development of the design once the University's design team are novated to the contractor at RIBA Stage 4 to the completion of the project and also to provide quality control services to completion of the project.
It is intended that the Project Manager will be appointed using the NEC3 Professional Services Contract (PSC).
II.1.5)Common procurement vocabulary (CPV)

72224000, 71242000, 71324000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)
Value: 165 000 GBP
Excluding VAT

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Accelerated restricted
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. PRICE. Weighting 40
2. QUALITY. Weighting 60
3. Approach. Weighting 30
4. Methodology. Weighting 30
5. Presentation. Weighting 40
IV.2.2)Information about electronic auction
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
UWTSD1415/14
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2015/S 53-092777 of 17.3.2015

Section V: Award of contract

Lot title: A Combined & Integrated Project Management, Cost Management and Supervisor Team
V.1)Date of contract award decision:
5.6.2015
V.2)Information about offers
Number of offers received: 3
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Mott Macdonald
Fitzalan House, Fitzalan Road
CF24 0EL Cardiff
UNITED KINGDOM

V.4)Information on value of contract
V.5)Information about subcontracting

Section VI: Complementary information

VI.1)Information about European Union funds
VI.2)Additional information:
(WA Ref:34334).
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures
VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
18.9.2015