CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Cardiff University |
Purchasing Section, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
|
+44 2920874789 |
www.cardiff.ac.uk/purch/
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0258
|
|
|
|
|
|
|
|
|
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
|
No |
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityDevelopment Design Strategic Master Plan |
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
Cardiff
UKL22 |
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)
Cardiff is internationally recognised as being among the very top tier of Britain's research intensive universities and is a member of the prestigious Russell Group of leading Universities. The University exists to create and share knowledge and to educate for the benefit of all. The University has over 6200 postgraduate students, about 23% of the total; research is practised in each of its 28 schools; and at any one time there are more than 1000 research contracts in operation. The vast majority of the University's academic staff are working in areas that are acknowledged by independent assessors as being of national and international significance. Such research earns grants and investments totalling many tens of millions of pounds each year and attracts to Cardiff top researchers from around the world.
In order to build on this enviable track record and to further its role as an internationally excellent research centre, Cardiff University is about to embark on the development and preparation of a Strategic Master plan to help the University strengthen its position as a world-class, research-intensive higher education organisation within the City of Cardiff capable of attracting internationally renowned academic staff and high quality students.
The aim of the masterplan is to provide context in which the University is to develop over the next 10 years, identifying individual projects and programmes of work (including refurbishment, relocation and new build). The masterplan is required to be seen as the blueprint for the future and include concept designs for development and design within which individual projects can move forward.
The University now wish to appoint the specialist team working closely with the universities appointed project manager to produce a detailed, practical and realistic master plan that articulates the University’s aspirations in terms of the quantum and quality of the proposed development/s and the ambitious programme for implementation. The master plan must be fit for purpose and all proposals must be tested against the universities way forward document and strategic direction.
The specialist team must be able to demonstrate previous experience in successfully delivering a similar scale project for a similar size client either in the Higher Education Sector, the public sector or the private sector. The specialist team must also demonstrate that they have experience in working closely as an integrated team and delivering a successful similar scale project within the timescales set.
PQQ documents are available to download from the following website, after suppliers have registered on the site:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at http://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=5390.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
73220000 |
|
|
|
|
|
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
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeCardiff is internationally recognised as being among the very top tier of Britain's research intensive universities and is a member of the prestigious Russell Group of leading Universities. The University exists to create and share knowledge and to educate for the benefit of all. The University has over 6200 postgraduate students, about 23% of the total; research is practised in each of its 28 schools; and at any one time there are more than 1000 research contracts in operation. The vast majority of the University's academic staff are working in areas that are acknowledged by independent assessors as being of national and international significance. Such research earns grants and investments totalling many tens of millions of pounds each year and attracts to Cardiff top researchers from around the world.
In order to build on this enviable track record and to further its role as an internationally excellent research centre, Cardiff University is about to embark on the development and preparation of a Strategic Master plan to help the University strengthen its position as a world-class, research-intensive higher education organisation within the City of Cardiff capable of attracting internationally renowned academic staff and high quality students.
The aim of the masterplan is to provide context in which the University is to develop over the next 10 years, identifying individual projects and programmes of work (including refurbishment, relocation and new build). The masterplan is required to be seen as the blueprint for the future and include concept designs for development and design within which individual projects can move forward.
The University now wish to appoint the specialist team working closely with the universities appointed project manager to produce a detailed, practical and realistic master plan that articulates the University’s aspirations in terms of the quantum and quality of the proposed development/s and the ambitious programme for implementation. The master plan must be fit for purpose and all proposals must be tested against the universities way forward document and strategic direction.
The specialist team must be able to demonstrate previous experience in successfully delivering a similar scale project for a similar size client either in the Higher Education Sector, the public sector or the private sector. The specialist team must also demonstrate that they have experience in working closely as an integrated team and delivering a successful similar scale project within the timescales set.
PQQ documents are available to download from the following website, after suppliers have registered on the site:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
|
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
|
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
|
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) 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 capacity
(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.
|
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) 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.
(3) 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.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) 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
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(8) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) 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)
|
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
Project funding partially reliant on external grant support that has firm commitment deadline of 31 March 2014.
|
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 participate58 |
|
Objective criteria for choosing the limited number of candidates
|
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
SPEC390/JP0114
|
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 27-01-2014
17:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates 07-02-2014
|
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? No
|
VI.3)
|
Additional Information
(WA Ref:5390)
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
|
|
|
|
|
|
|
|
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 16-01-2014 |
ANNEX A
Additional Addresses and Contact Points
|
I)
|
Address and contact points from which further information can be obtained
Cardiff University |
Purchasing Section, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
|
+44 2920874789 |
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
II)
|
Address and contact points from which specifications and additional documentation may be obtained
Cardiff University |
Purchasing Section, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
|
+44 2920874789 |
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|
III)
|
Address and contact points to which Tenders/Requests to Participate must be sent
Cardiff University |
Purchasing Section, McKenzie House, 30-36 Newport Road |
Cardiff |
CF24 0DE |
UK |
Julie Paynter |
+44 2920879648 |
|
+44 2920874789 |
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home |
|