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

Design Services & Main Contractor Construction Works for The Computational Foundry Project.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Swansea University
The Purchasing Office, Singleton Park
For the attention of: Owen Cullen, Senior Procurement Officer
SA2 8PP Swansea
UNITED KINGDOM
Telephone: +44 1792606268

Internet address(es):

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

Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0345

Electronic access to information: www.etenderwales.bravosolution.co.uk

Electronic submission of tenders and requests to participate: www.etenderwales.bravosolution.co.uk

Further information can be obtained from: www.etenderwales.bravosolution.co.uk
UNITED KINGDOM

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: www.etenderwales.bravosolution.co.uk
UNITED KINGDOM

Tenders or requests to participate must be sent to: www.etenderwales.bravosolution.co.uk
UNITED KINGDOM

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:
Design Services & Main Contractor Construction Works for The Computational Foundry Project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Swansea University Science & Innovation Bay Campus.

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)
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 16 000 000 to GBP 18 000 000. 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.

Note: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.uk/search/search_switch.aspx?ID=38673

II.1.6)Common procurement vocabulary (CPV)

45210000, 45214400, 71200000

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:
Estimated value excluding VAT:
Range: between 16 000 000 and 18 000 000 GBP
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

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 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 ability
Information and formalities necessary for evaluating if the requirements are met: (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.
Minimum level(s) of standards possibly required: 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 35 000 000 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 10 000 000
Employers' - GBP 10 000 000
Professional - GBP 10 000 000
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(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)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

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: 5
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
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:
T32 (16) (Estates)
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
22.1.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
4.2.2016
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): 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 1 000 000 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
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:
22.12.2015