CONTRACT AWARD 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
Mike Smith |
+44 1970628611 |
mks@aber.ac.uk |
|
http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA1009
|
|
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 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 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 a framework agreement
 |
II.1.4)
|
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.
|
II.1.5)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71541000 |
|
|
|
|
|
II.1.6)
|
Contract covered by the government procurement agreement (GPA) Yes |
II.2)
|
Total final value of the contract(s)
|
II.2.1)
|
Total final value of the contract(s)
259450
GBP
|
Section IV: Procedure
|
IV.1)
|
Type of procedure
|
IV.1.1)
|
Type of procedure |
IV.2)
|
Award criteria
|
IV.2.1)
|
Award criteria

|
|
|
|
Method statement and resource schedule |
24 |
|
Five areas of relevant experience |
12 |
|
Procurement Strategy |
16 |
|
Presentation |
28 |
|
Commercials |
20 |
|
IV.2.2)
|
An electronic auction has been used No
|
IV.3)
|
Administrative information
|
IV.3.1)
|
File reference number attributed by the contracting authority
AIECPCM2015
|
IV.3.2)
|
Previous publication(s) concerning the same contract 2015/S 14-021391 21-01-2015
Other previous publications
|
Section V: Award of contract
|
|
1 |
V.1)
|
Date of contract award: 11-12-2015 |
V.2)
|
Numbers of offers received:6 |
V.3)
|
Name and address of economic operator to whom the contract has been awarded
Aecom |
1 Callaghan Square |
Cardiff |
CF10 5BT |
UK |
|
|
|
|
|
V.4)
|
Information on value of contract
259450 GBP
|
V.5)
|
The contract is likely to be subcontracted No
|
|
Short description of the value/proportion of the contract to be subcontracted
|
Section VI: Complementary Information
|
VI.1)
|
Contract related to a project and/or programme financed by community funds? Yes
See tender documents
|
VI.2)
|
Additional Information
(WA Ref:39308)
|
VI.3)
|
Procedures for appeal
|
VI.3.1)
|
Body responsible for appeal procedures
AIEC Ltd |
Plas Gogerddan |
Aberystwyth |
SY23 3EB |
UK |
mks@aber.ac.uk |
+44 1970628611 |
www.aber.ac.uk |
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.3.2)
|
Lodging of appealsThe 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.3.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.4)
|
Dispatch date of this Notice 09-01-2016 |