Architectural Consultancy Tender Cambridge
The University of Cambridge is looking to appoint an Architectural Consultancy for the provision of a new building for the Department of Physics on the University’s West Cambridge Development.
United Kingdom-Cambridge: Architectural, construction, engineering and inspection services
2015/S 099-180432
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Chancellor, Masters and Scholars of the University of Cambridge
c/o Estate Management, 74 Trumpington Street
For the attention of: Ms Emel Kus, Project Manager
CB2 1RW Cambridge
UNITED KINGDOM
Telephone: +44 1223337770
E-mail: emel.kus@admin.cam.ac.uk
Fax: +44 1223766486
Internet address(es):
General address of the contracting authority: http://www.admin.cam.ac.uk/offices/em
Further information can be obtained from: KAM Project Consultants Ltd
Rankin House, Knowlhill Business Parc, Roebuck Way
For the attention of: Iain Hendry, Nick Orton
MK5 8HL Milton Keynes
UNITED KINGDOM
Telephone: +44 1908662021
E-mail: nicko@kampcl.com
Internet address: www.kampcl.com
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKH1
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71000000, 71000000, 71220000, 71240000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The University’s West Cambridge Site is situated to the south of Madingley Road and adjacent to the M11 at Junction 13. The new building for the Department of Physics will be located on a vacant plot which is bounded to the East by JJ Thomson Avenue from which it is envisaged the main will be served. The southern boundary creates an edge to the green space which is proposed to run through the middle of the West Cambridge site.
The construction will include civil, structural, mechanical and electrical works together with general building works and external hard and soft landscaping. The selected consultant will be responsible for all Architectural, Lead Consultancy and Principal Designer (under CDM 2015 regulations) services to completion of the project. Technical requirements of the laboratories are high and will include stringent vibration criteria, Electromagnetic Interference and clean rooms.
The Contractor will be engaged on a 2 Stage develop and construct contract. Stage 1 of this will involve contractor appointment, design development, novation of designers’, sub-contract tendering, contract sum and construction contract agreement. This must be within the budget figure before progression to Stage 2 of the process which will entail the construction/engineering works.
The services will be to deliver the project through all RIBA stages commencing with Stage 2. However this is dependent on securing the funding, so if in future the funding is not secured then the services may be terminated.
Estimated value excluding VAT: 150 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a joint venture or consortium submitting an acceptable offer, it will be necessary for each member of the joint venture or consortium to sign an undertaking that each such member will be jointly and severally responsible for the due performance of the contract. Evidence of relevant insurances, including Professional Indemnity Insurance, shall be required from each member. Refer to section III.2 for further details.
III.1.4)Other particular conditions
Description of particular conditions: As detailed in the tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
1.
Full name and business address, telephone and fax numbers, with details of the company and parent company (if applicable), including manpower, structure and history.
2.
Demonstrate possession of the necessary resources capability, capacity and management to undertake the work over the period stated.
3.
Demonstrate a quality management system to BS EN ISO 9001.
4.
Demonstrate recent relevant experience of consultancy commissions on similar projects. Information should be provided on project values, sizes, clients and outcomes.
5.
Three reference sites completed in the last 7 years should be identified and full contact details must be provided to permit references to be sought without further permission. The reference sites must be for projects having a minimum project cost of 25 000 000 GBP.
6.
Demonstrate the capability to service a project in Cambridge if the Head Office, or staff sourcing office, is located elsewhere.
7.
Demonstrate ability to complete projects on time and within budget.
8.
Provide names of the individuals to be responsible for and associated with the project, giving details of their relevant education, professional qualifications and experience.
9.
Confirmation of commitment to maintain the selected team individuals throughout the project period as far as is possible.
10.
Demonstrate the ability to control financial, quality and programme risks, maintaining minimum level(s) of standards possibly required.
11.
Show the ability to contribute to value management and value engineering processes.
12.
Demonstrate experience of undertaking Develop and Construct projects, including staff experience in this form of procurement.
13.
Demonstrate the ethos of participating in the design and construction of an energy efficient and low maintenance product by reference to sustainability policy and achievements.
14.
Demonstrate your knowledge of BIM through your experience working on projects successfully delivered through BIM technologies.
15.
Applicants must be members of the Royal Institute of British Architects, or equivalent. Certificates of enrolment on the professional or trade register under the conditions laid down by the laws of the Member State in which the company is established, for instance on the Register of Companies in the UK and Ireland.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: The strength and quality of responses to the requirements of III.2.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The University of Cambridge is not a public body within the meaning of the Public Contracts Regulations 2015 (Directive 2014/24/EU) and is not subject to the European procurement legislation. Where the University advertises contracts in the Official Journal of the European Union, it does so on a voluntary basis and does not undertake any obligation to comply with the procurement legislation. The University reserves its rights in full to adapt or step outside the procedures in the procurement legislation as the University considers necessary.
VI.5)Date of dispatch of this notice: