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/
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
Commercially focused research activity |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityAberystwyth 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 contract12 |
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
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
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 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
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 completion36 |
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
|
 |
|
 |
|
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
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
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 participate56 |
|
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
|
 |
|
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
|
 |
|
 |
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
|
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 |