Contract notice
Section I: Contracting
authority
I.1) Name and addresses
University of South Wales
Procurement Officer, University of South Wales, Finance Dept, Llantwit Road
Pontypridd
CF37 1DL
UK
Contact person: Tina Struebig
Telephone: +44 1443482383
E-mail: procurement@southwales.ac.uk
Fax: +44 1443482384
NUTS: UKL
Internet address(es)
Main address: https://www.southwales.ac.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0315
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0315
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0315
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0315
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Multi Discipline Design Services for a new Engineering, Mathematics & Computing Building
Reference number: 1647
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Multi Discipline Design Services for a new Engineering, Mathematics & Computing Building at the Treforest campus
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71200000
71220000
71221000
71242000
II.2.3) Place of performance
NUTS code:
UKL
UKL15
Main site or place of performance:
Treforest
II.2.4) Description of the procurement
In 2019 USW commissioned a feasibility study (RIBA stage 1) to identify a new home for the School of Computing and Mathematics, and the School of Engineering. The study, led by Stride Treglown architects, concluded that the most suitable home is a new build on the site of D Block and K Block in the Treforest campus. The site itself is flat, but is constrained by challenging topography and steep contours to the north, which will need to be tied in through the buildings landscaping design. The new building is anticipated to be 3 to 5 storeys tall, with a floorplate of between 2,500 and 4,200 sq m. This will provide a building of significant stature at the heart of the Treforest campus.
To that end, the University requires a multi-discipline design team to undertake as a minimum the following services:
- Architectural design
- Structural design
- Mechanical and Electrical design
- Acoustic performance strategy and guidance
- Town Planning application and guidance (including SAB application)
- Fire strategy design
- Interior design
- Preparation and submission of building regulations application
The Consultant will be expected to provide suitably qualified personnel to undertake the work and must provide a named single point of contact who shall be responsible for the operation of the whole contract. The multi-disciplinary team will comprise suitably qualified and/or experienced personnel who have wide and demonstrable experience in developments similar to this initiative. It is important to note that the University is interested in the experience of the individuals who will deliver the commission and not the collective experience of the company.
Your services are required for the following RIBA work stages:
- RIBA 2: Concept Design* (direct to client)
- RIBA 3: Developed Design (direct to client)
- RIBA 4: Technical Design (either direct to client or novated to a principal contractor)
- RIBA 5: Construction (novated to a principal contractor)
- RIBA 6: Handover & Close Out (novated to a principal contractor)
II.2.5) Award criteria
Criteria below:
Quality criterion: Relevant Experience - Similar projects
/ Weighting: 14
Quality criterion: Relevant experience - Technical detail
/ Weighting: 14
Quality criterion: Interior Design
/ Weighting: 10.5
Quality criterion: Mechanical & Electrical Design
/ Weighting: 14
Quality criterion: Programme Timescales
/ Weighting: 7
Quality criterion: Sustainability
/ Weighting: 7
Quality criterion: Community Benefits - Core
/ Weighting: 3.5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
Renewals are dependant on how the project progresses in relation to our timescales.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
See ESPD for statutory and mandatory documentation requirements
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/03/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 36 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
06/03/2020
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Site Visit
The University is happy to provide prospective bidders the opportunity to visit the site, if they feel this will inform their tender submission. If you plan to visit the site please contact the University Estates and Facilities Team to confirm a timeslot, via:
Mike Bessell, Head of Estates Development and Maintenance
Email: mike.bessell@southwales.ac.uk
Telephone: 07795 612623
The site visit will be at:
University of South Wales
Treforest
Pontypridd
CF37 1DL
Timescales
The below are indicative timescales for appointment of the consultant team, and completion of the feasibility study:
Invitation to tender issued Tuesday 4th February 2020
Deadline for receipt of consultant submissions Friday 6th March 2020 (12pm)
Consultant interviews Monday 16th March 2020
Contract award Wednesday 18th March 2020
Commencement of the works Monday 30th March 2020
Completion of RIBA stage 2 22nd May 2020
Client signoff of RIBA stage 2 5th June 2020
Completion of RIBA stage 3 11th September 2020
Client signoff of RIBA stage 3 25th September 2020
Completion of RIBA stage 4* 12th February 2021
Client signoff of RIBA stage 4* 26th February 2021
Completion of RIBA stage 5 2023
Submissions
Your tender submission must be uploaded to the Sell2Wales portal Postbox.
Your submission must be received by the closing time and date of midday, Friday 6th March 2020.
You should allow adequate time for the loading of your documents so as to ensure receipt as the postbox will electronically close at the deadline time and no further submissions will be accepted.
All queries in relation to the tender should be conducted via the Q&A function attached to this notice.
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=99575.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
You will be encouraged to embrace Community Benefits as part of your commission. The University has a strong focus on many different aspects of the built environment, and provides courses including: Building Surveying, Interior Design, Civil & Structural Engineering, and Mechanical Engineering.
You should note that the assessment of Community Benefits is through a core approach and hence will be evaluated in line with the quality evaluation question and weighting as outlined in section 7 of the ITT.
Specifically USW will be evaluating the following Community Benefits objectives when assessing your tender:
a) The number of hours you will commit to guest lectures or meetings with USW students
b) The number of weeks you will commit to student work placements
c) The number of graduate employment opportunities you will provide
You may also suggest further community benefits that you feel are relevant and appropriate to USW.
(WA Ref:99575)
VI.4) Procedures for review
VI.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
UK
Telephone: +44 3450103503
E-mail: publicprocurementreview@cabinetoffice.gov.uk
Internet address(es)
URL: https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
VI.5) Date of dispatch of this notice
04/02/2020