Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Aberystwyth Innovation and Enterprise Campus- Project and Cost Management Services

  • First published: 16 January 2015
  • Last modified: 16 January 2015

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-020458
Published by:
Aberystwyth University
Authority ID:
AA1009
Publication date:
16 January 2015
Deadline date:
17 February 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

With ERDF funding secured, Aberystwyth University in collaboration with BBSRC will be embarking upon a major infrastructure development project early in 2015 which will see a significant expansion of its Gogerddan site to provide 4000-5000sq metres of high quality research and innovation facilities in the fields of Sustainable Food,Bio-technology, Health and Energy Security. The total value of the project is expected to be of the order of GBP 40million. The Aberystwyth Innovation and Enterprise Campus(AIEC) will enable the establishment of a thriving commercially focussed Innovation Campus that will increase the capacity to deliver impact driven collaborative research projects within a state-of the art flagship environment. The AIEC Project now requires the services of an experienced Project/Cost Management (PCM) provider to join the Client Team to take forward the design, procurement and construction phases of this major project . The successful team will be expected to take control of the procurement and construction programme and provide the Client Team with the support and expertise to deliver a successful project within time and budget. The PCM will also manage the project’s budget and will play a pivotal role in the interface between client,design team and contractor as the project develops.The construction value is currently estimated at GBP 15-20 million. The PCM will remain with the Client Team throughout the Project and work closely with the Client Project Manager on a day-to-day basis. The PCM will join the project at its feasibility stage with conceptual/masterplanning information being provided to candidates at ITT stage. An indicative procurement/construction programme has also recently been produced and will be issued at ITT stage. The competition to appoint a Multi-Disciplinary Design Team (MDDT) to include the full range of architectural, engineering and environmental services, will be undertaken broadly in parallel with this competition but will be a separate appointment. These projects/procurements will require that the PCM and the MDDT Teams shall be familiar with, have experience of, and be compliant with the following five processes/disciplines/principles:- a) The OGC Gateway Review Process (or equivalent) http://webarchive.nationalarchives.gov.uk/20100503135839/http:/www.ogc.gov.uk/what_is_ogc_gateway_review.asp b) BREEAM Excellent low carbon (or equivalent) http://www.breeam.org/ c) Welsh Government Community Benefits (or equivalent) Guidance http://wales.gov.uk/topics/improvingservices/bettervfm/publications/community-benefits-2014/?lang=en d) OGC 'Achieving Excellence in Construction' (or equivalent) http://webarchive.nationalarchives.gov.uk/20110601212617/http:/www.ogc.gov.uk/ppm_documents_construction.asp e) BIM Modelling (or equivelent)http://www.bimtaskgroup.org/ Interested bidders should be mindful that questions associated with compliance/delivery against the above processes/disciplines (or equivalents) will be included in the invitation to tender documents for all shortlisted bidders. Currently, because of funding and programme stipulations, we anticipate the project will take the form of a single stage design and build contract and there may be an opportunity to undertake a degree of pre-contract preparatory/enabling work to relieve pressure on what will be a demanding construction programme. The provisional timetable for this procurement (which is indicative and maybe subject to change) is PQQ process commences 16.01.2015 Last date for clarification requests by bidders 11.02.2015 (midnight GMT) Last date for AIEC Ltd to respond to clarification request 12.02.2015 (midnight GMT) Deadline for receipt of PQQ- 17.02.2015 (10.00.am GMT) Evaluation of PQQ begins 17.02.2015 Evaluation of PQQ complete 03.03.2015 ITT issued to short-listed bidders 04.03.2015. Last date for clarification requests by bidders 08.04.2015 (midnight GMT) Last date for AIEC Ltd to respon

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


AIEC LTD

Lord Milford Building, Plas Gogerddan

Aberystwyth

SY23 2BH

UK

AIEC Project

alun woodruff

+44 1970621785

ajw27@aber.ac.uk




http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA1009

http://www.etenderwales.bravosolution.co.uk/

http://www.etenderwales.bravosolution.co.uk/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Checked box
Commercially focused research activity
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Aberystwyth Innovation and Enterprise Campus- Project and Cost Management Services

II.1.2(a))

Type of works contract

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

12

II.1.2)

Main site or location of works, place of delivery or performance

Aberystwyth University- Gogerddan Campus



UKL1

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

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

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

With ERDF funding secured, Aberystwyth University in collaboration with BBSRC will be embarking upon a major infrastructure development project early in 2015 which will see a significant expansion of its Gogerddan site to provide 4000-5000sq metres of high quality research and innovation facilities in the fields of Sustainable Food,Bio-technology, Health and Energy Security. The total value of the project is expected to be of the order of GBP 40million.

The Aberystwyth Innovation and Enterprise Campus(AIEC) will enable the establishment of a thriving commercially focussed Innovation Campus that will increase the capacity to deliver impact driven collaborative research projects within a state-of the art flagship environment.

The AIEC Project now requires the services of an experienced Project/Cost Management (PCM) provider to join the Client Team to take forward the design, procurement and construction phases of this major project . The successful team will be expected to take control of the procurement and construction programme and provide the Client Team with the support and expertise to deliver a successful project within time and budget. The PCM will also manage the project’s budget and will play a pivotal role in the interface between client,design team and contractor as the project develops.The construction value is currently estimated at GBP 15-20 million.

The PCM will remain with the Client Team throughout the Project and work closely with the Client Project Manager on a day-to-day basis. The PCM will join the project at its feasibility stage with conceptual/masterplanning information being provided to candidates at ITT stage. An indicative procurement/construction programme has also recently been produced and will be issued at ITT stage.

The competition to appoint a Multi-Disciplinary Design Team (MDDT) to include the full range of architectural, engineering and environmental services, will be undertaken broadly in parallel with this competition but will be a separate appointment.

These projects/procurements will require that the PCM and the MDDT Teams shall be familiar with, have experience of, and be compliant with the following five processes/disciplines/principles:-

a) The OGC Gateway Review Process (or equivalent) http://webarchive.nationalarchives.gov.uk/20100503135839/http:/www.ogc.gov.uk/what_is_ogc_gateway_review.asp

b) BREEAM Excellent low carbon (or equivalent) http://www.breeam.org/

c) Welsh Government Community Benefits (or equivalent) Guidance http://wales.gov.uk/topics/improvingservices/bettervfm/publications/community-benefits-2014/?lang=en

d) OGC 'Achieving Excellence in Construction' (or equivalent) http://webarchive.nationalarchives.gov.uk/20110601212617/http:/www.ogc.gov.uk/ppm_documents_construction.asp

e) BIM Modelling (or equivelent)http://www.bimtaskgroup.org/

Interested bidders should be mindful that questions associated with compliance/delivery against the above processes/disciplines (or equivalents) will be included in the invitation to tender documents for all shortlisted bidders.

Currently, because of funding and programme stipulations, we anticipate the project will take the form of a single stage design and build contract and there may be an opportunity to undertake a degree of pre-contract preparatory/enabling work to relieve pressure on what will be a demanding construction programme.

The provisional timetable for this procurement (which is indicative and maybe subject to change) is

PQQ process commences 16.01.2015

Last date for clarification requests by bidders 11.02.2015 (midnight GMT)

Last date for AIEC Ltd to respond to clarification request 12.02.2015 (midnight GMT)

Deadline for receipt of PQQ- 17.02.2015 (10.00.am GMT)

Evaluation of PQQ begins 17.02.2015

Evaluation of PQQ complete 03.03.2015

ITT issued to short-listed bidders 04.03.2015.

Last date for clarification requests by bidders 08.04.2015 (midnight GMT)

Last date for AIEC Ltd to respond to clarification request 09.04.2015 (midnight GMT)

Closing Date for ITT 14.04.2015 (1000hrs GMT)

Evaluation of ITT begins 08.04.2015

Evaluation of ITT ends 29.04. 2015

Presentations by bidders 06.05.2015

Standstill period starts 11.05.2015 (midnight GMT)

Standstill period ends 21.05.2015 (midnight GMT)

Contract commences 22.05.2015.

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=20458

II.1.6)

Common Procurement Vocabulary (CPV)

71541000
71242000
71244000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Checked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

200000300000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

36

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 Terms of financing and payment and/or reference to the relevant provisions

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

joint and several liability

III.1.4)

Other particular conditions to which the performance of the contract is subject

see tender documents

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


(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) 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.

III.2.2)

Economic and financial capacity


(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.



(1) the buyer will only select a bidding organisation to tender if it has, or will have, a minimum of GBP5,000,000 (or alternative currency equivalent) of professional indemnity insurance cover from an authorised provider with appropriate financial strength

(2) the buyer will only select a bidding organisation to tender if it provides a statement covering the previous 3 financial years including the turnover of the candidate and the turnover in respect of activities similar to the subject of this notice and the statement must provide evidence of a minimum GBP 1000000 overall turnover per annum for all three years(or alternative currency equivalent).


III.2.3)

Technical capacity


(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) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided

(3) In terms of your technical ability, describe in detail what skills, efficiencies, experience, and levels of reliability you feel your organisation can offer and how this will benefit the project.

Also, in terms of a statement of principal services (2) above see online PQQ as interested suppliers have an alternative means of evidencing this in terms of newly/recently acquired capacity/capability.




III.2.4)

Reserved contracts

Unchecked box
Unchecked box

III.3)

Conditions Specific to Service Contracts

III.3.1)

Is provision of the service reserved to a specific profession?

No

III.3.2)

Will legal entities be required to state the names and professional qualifications of the personnel responsible for the execution of the service?

Yes

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

56

Objective criteria for choosing the limited number of candidates

scored elements of Pre-Qualification Questionnaire (PQQ);

(1)List of principal deliveries (40% importance weighting)

(2)Key personnel and qualifications (40% importance weighting)

(3)General statement of capability (20% importance weighting)

See section III.2.3(technical capacity) of this notice for further details and also the online PQQ which will also explain scoring matrix for downselection/short-listing criteria

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

AIECPCM2015

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents



 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 17-02-2015  10:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 04-03-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

Yes



See tender documents

VI.3)

Additional Information

For tender minimum timeframe during which tenderers must maintain their tender, see tender documents if shortlisted.

(WA Ref:20458)

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures


AIEC Ltd

Plas Gogerddan

Aberystwyth

SY23 3EB

UK

ajw27@aber.ac.uk

+44 1970621785

www.aber.ac.uk

Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Contracting Authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Participants who are unsuccessful shall be informed by the Contracting Authority as soon as possible after the decision has been made as to the reasons why the participant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2006 (SI 2006 No. 5), as amended, provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and may award damages. If the contract has been entered into the Court may, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the Contracting Authority to pay a fine, and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 16-01-2015

Coding

Commodity categories

ID Title Parent category
71244000 Calculation of costs, monitoring of costs Architectural, engineering and planning services
71541000 Construction project management services Construction management services
71242000 Project and design preparation, estimation of costs Architectural, engineering and planning services

Delivery locations

ID Description
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
16 January 2015
Deadline date:
17 February 2015 00:00
Notice type:
Contract Notice
Authority name:
Aberystwyth University
Publication date:
09 January 2016
Notice type:
Contract Award Notice
Authority name:
Aberystwyth University

About the buyer

Main contact:
ajw27@aber.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.