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.

02 Contract Notice

Bangor Business School - Construction Consultancy Services

  • First published: 07 May 2024
  • Last modified: 07 May 2024

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-140990
Published by:
Prifysgol Bangor / Bangor University
Authority ID:
AA0340
Publication date:
07 May 2024
Deadline date:
07 June 2024
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The Business School has set ambitious growth targets, diligently working to expand student and staff numbers, and enhance the school's reputation. With this growth, the demand for space has surged, surpassing the capacity of our current premises in Hen Goleg. A new building will accommodate this growth and Bangor University plans to refurbish and add a new build extension to Friars School, Bangor, with the aim of using this new location for its Business School. This will facilitate the School's progression in providing enhanced student facilities, fostering additional shared spaces to foster stronger staff-student connections, and bolster community engagement with external industry partners. The project is currently at RIBA stage 1 and Bangor University is now looking to appoint professional construction consultancy firms to assist in bringing the project up to a minimum of RIBA stage 3. CPV: 71200000, 71324000, 71220000, 71311000, 71541000, 71334000, 71317210.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Prifysgol Bangor / Bangor University

Finance Office, Neuadd Reichel, Ffriddoedd Road

Bangor

LL57 2TR

UK

Contact person: Nicola Day

Telephone: +44 1248388675

E-mail: n.h.day@bangor.ac.uk

NUTS: UKL12

Internet address(es)

Main address: http://www.bangor.ac.uk

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0340

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://etenderwales.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etenderwales.bravosolution.co.uk/web/login.shtml


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://etenderwales.bravosolution.co.uk/web/login.shtml


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

Bangor Business School - Construction Consultancy Services

Reference number: BU452024

II.1.2) Main CPV code

71200000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Business School has set ambitious growth targets, diligently working to expand student and staff numbers, and enhance the school's reputation. With this growth, the demand for space has surged, surpassing the capacity of our current premises in Hen Goleg. A new building will accommodate this growth and Bangor University plans to refurbish and add a new build extension to Friars School, Bangor, with the aim of using this new location for its Business School. This will facilitate the School's progression in providing enhanced student facilities, fostering additional shared spaces to foster stronger staff-student connections, and bolster community engagement with external industry partners. The project is currently at RIBA stage 1 and Bangor University is now looking to appoint professional construction consultancy firms to assist in bringing the project up to a minimum of RIBA stage 3.

II.1.5) Estimated total value

Value excluding VAT: 1 570 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Any combination of lots.

II.2) Description

Lot No: 1

II.2.1) Title

Architectural and Lead Designer

II.2.2) Additional CPV code(s)

71220000

II.2.3) Place of performance

NUTS code:

UKL12


Main site or place of performance:

Bangor, Gwynedd

II.2.4) Description of the procurement

The provision of architectural / lead designer services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Skills and Experience of Proposed Team / Weighting: 15%

Quality criterion: Capability / Weighting: 10%

Quality criterion: Co-working and Project Delivery / Weighting: 5%

Quality criterion: Planning and Heritage / Weighting: 5%

Quality criterion: Risk and Mitigation / Weighting: 5%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  50%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: Yes

Description of renewals:

The contracting authority may extend the original contract duration but only if necessary to fulfil the contract.

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

Lot No: 2

II.2.1) Title

Civil and Structural Engineer

II.2.2) Additional CPV code(s)

71311000

II.2.3) Place of performance

NUTS code:

UKL12


Main site or place of performance:

Bangor,Gwynedd

II.2.4) Description of the procurement

The provision of civil engineering and structural services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Skills and Experience of Proposed Team / Weighting: 15%

Quality criterion: Capability / Weighting: 10%

Quality criterion: Co-working and Project Delivery / Weighting: 5%

Quality criterion: Planning and Heritage / Weighting: 5%

Quality criterion: Risk and Mitigation / Weighting: 5%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  50%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may extend the original contract duration but only if necessary to fulfil the contract.

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

Lot No: 3

II.2.1) Title

Cost Consultant/Quantity Surveyor

II.2.2) Additional CPV code(s)

71324000

II.2.3) Place of performance

NUTS code:

UKL12


Main site or place of performance:

Bangor,Gwynedd

II.2.4) Description of the procurement

The provision of cost consultancy/quantity surveying services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Skills and Experience of Proposed Team / Weighting: 15%

Quality criterion: Capability / Weighting: 10%

Quality criterion: Co-working and Project Delivery / Weighting: 5%

Quality criterion: Planning and Heritage / Weighting: 5%

Quality criterion: Risk and Mitigation / Weighting: 5%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  50%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may extend the original contract duration but only if necessary to fulfil the contract.

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

Lot No: 4

II.2.1) Title

Project Manager

II.2.2) Additional CPV code(s)

71541000

II.2.3) Place of performance

NUTS code:

UKL12


Main site or place of performance:

Bangor, Gwynedd

II.2.4) Description of the procurement

The provision of project management services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Skills and Experience of Proposed Team / Weighting: 15%

Quality criterion: Capability / Weighting: 10%

Quality criterion: Co-working and Project Delivery / Weighting: 5%

Quality criterion: Planning and Heritage / Weighting: 5%

Quality criterion: Risk and Mitigation / Weighting: 5%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  50%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may extend the original contract duration but only if necessary to fulfil the contract.

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

Lot No: 5

II.2.1) Title

Mechanical and Electrical Engineering Services

II.2.2) Additional CPV code(s)

71334000

II.2.3) Place of performance

NUTS code:

UKL12


Main site or place of performance:

Bangor,Gwynedd

II.2.4) Description of the procurement

The provision of mechanical and electrical consultancy services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Skills and Experience of Proposed Team / Weighting: 15%

Quality criterion: Capability / Weighting: 10%

Quality criterion: Co-working and Project Delivery / Weighting: 5%

Quality criterion: Planning and Heritage / Weighting: 5%

Quality criterion: Risk and Mitigation / Weighting: 5%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  50%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may extend the original contract duration but only if necessary to fulfil the contract.

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

Lot No: 6

II.2.1) Title

CDM Principal Designer

II.2.2) Additional CPV code(s)

71317210

II.2.3) Place of performance

NUTS code:

UKL12


Main site or place of performance:

Bangor,Gwynedd

II.2.4) Description of the procurement

The provision of CDM Principal Designer health and safety consultancy services.

II.2.5) Award criteria

Criteria below:

Quality criterion: Skills and Experience of Proposed Team / Weighting: 15%

Quality criterion: Capability / Weighting: 10%

Quality criterion: Co-working and Project Delivery / Weighting: 5%

Quality criterion: Health and Safety / Weighting: 5%

Quality criterion: Risk and Mitigation / Weighting: 5%

Quality criterion: Social Value / Weighting: 10%

Price / Weighting:  50%

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 9

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may extend the original contract duration but only if necessary to fulfil the contract.

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.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

List and brief description of selection criteria:

Bangor University is looking for consultants who have the necessary experience in the following areas:

- Providing consultancy services on projects exceeding 9 million GBP in value.

- Providing consultancy services on buildings of heritage and/or historical interest including Grade II listed building.

- Providing consultancy services on Design and Build projects with a combination of new build and heritage refurbishment.


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: 07/06/2024

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 07/06/2024

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic payment will be used

VI.3) Additional information

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.wales/search/search_switch.aspx?ID=140990

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:

Bidders will be required to provide a social value offering based on the TOMs (Themes, Outcomes and Measures) methodology.

(WA Ref:140990)

VI.4) Procedures for review

VI.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

UK

Telephone: +44 2079477501

VI.5) Date of dispatch of this notice

07/05/2024

Coding

Commodity categories

ID Title Parent category
71200000 Architectural and related services Architectural, construction, engineering and inspection services
71220000 Architectural design services Architectural and related services
71311000 Civil engineering consultancy services Consultative engineering and construction services
71541000 Construction project management services Construction management services
71317210 Health and safety consultancy services Hazard protection and control consultancy services
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
71324000 Quantity surveying services Engineering design services

Delivery locations

ID Description
1012 Gwynedd

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.

About the buyer

Main contact:
n.h.day@bangor.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.