Cambridge: construction consultancy services
Cost consultancy services for the alterations and refurbishment of the Arup Building.
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
The Chancellor, Masters and Scholars of the University of Cambridge, Estate Management
Estate Management, 74 Trumpington Street
For the attention of: Mr Grahame Jenkins
CB2 1RW Cambridge
UNITED KINGDOM
Telephone: +44 1223765633
E-mail: em.eutenders@admin.cam.ac.uk
Fax: +44 1223766779
Internet address(es):
General address of the contracting authority: http:/www.admin.cam.ac.uk/offices/em
Further information can be obtained from: The above mentioned contact point(s)
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)
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Cambridge.
NUTS code UKH1
71530000, 71324000, 71244000, 71246000
The building was completed in 1971 and has a gross internal area of approximately 15 000 m2. It currently accommodates the University Museum of Zoology, the Babbage Lecture Theatre, laboratory and office space for the Dept. of Materials Science and Metallurgy and the Dept. of Zoology, and workshops and server rooms for the University Computer Service.
The Dept. of Materials Science and Metallurgy and the University Computer Service will be relocating to new premises in 2013 and the University intends to take the opportunity to refurbish and upgrade the whole of the Arup Building. It is anticipated that other users will temporarily vacate the building to facilitate this though the Museums collections will remain stored on site and some phasing of the work on site will be necessary as a result.
Alterations will also be made to the building to provide office accommodation for the Cambridge conservation initiative.
A consultant design team will initially be appointed directly by the University to progress the design concept and a building contractor will then be engaged on a 2 Stage Develop and Construct contract. Stage 1 will involve contractor appointment, novation of the design team, further detailed development of the design, sub contract tendering, agreement of a contract sum within the budget set at the commencement of the project, and the agreement of a construction contract. Once these agreements have been reached, the project will progress to Stage 2, which will comprise the construction and engineering works on site.
The estimated cost of the works on site is in the region of 35 000 000 GBP (excl. VAT).
The selected cost manager will be responsible for all cost management services from the selection and appointment of the design team to completion of the project.
Section III: Legal, economic, financial and technical information
To be considered for the short list of service providers selected to tender for this project, the expression of interest submission must provide the details and or demonstrate compliance in the areas specified under III.2.2, III.2.3, and III.3.1. (see also Section VI.3).
Produce turnover in respect of the services to which the contract relates for the previous 3 year period.
Produce the last 3 years annual published accounts.
Tenderers must have an annual turnover, for the particular office that will deal with this project, in excess of 2 000 000 GBP.
Evidence of relevant insurances including professional indemnity insurance and public liability insurance cover with a limit of indemnity of at least 5 000 000 GBP.
Failure to produce this information will result in the expression of interest submission not being considered further.
General:
Full name and business address, telephone numbers, www and e-mail addresses.
Details of the company and parent company, (if applicable), including organisational structure, history and current staff numbers with job descriptions.
Experience:
Demonstrate relevant experience of and expertise in commissions on similar projects completed in the last 3 years. Information should be provided on project values, sizes, clients and outcomes. Through this, applicants must be able to demonstrate their ability to complete projects on time and within budget.
Evidence of successful experience of: develop and construct projects; energy efficient and sustainable buildings; refurbishment of modern movement buildings of the 1950s, 60s and 70s; successful management and control of cost, programme and quality risks.
Three reference sites 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 5 000 000 GBP.
Resources:
Provide names of the individuals to be responsible for and to be associated with the project including details of their relevant professional education, qualifications, (including membership of relevant professional bodies), and experience.
Demonstrate the capability to service a project in Cambridge if the head office, or staff resourcing office, is located elsewhere.
Applicants must be members of the Royal Institute of Chartered Surveyors, 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.
Evidence of staff resources; technical and management capability to undertake the project within the stated period including evidence to demonstrate capability to service a project situated in Cambridge.
Proactiveness:
Demonstrate the ability to control financial, quality and programme risks, maintaining minimum level(s) of standards possibly required.
Demonstrate the ability to successfully contribute to value management and value engineering processes.
Systems and procedures:
Demonstration of a quality management system to BSEN ISO 9001.
Demonstration of information management and cost management systems and procedures used.
Minimum level(s) of standards possibly required:
Applicants must be members of the Royal Institute of Chartered Surveyors, 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.
Reference to the relevant law, regulation or administrative provision: Members of the Royal Institute of Chartered Surveyors, or equivalent. As per III.2.3 above.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: The strength and quality of responses to the requirements set out in III.2.
Section VI: Complementary information
— Experience scored out of 40,
— Resources scored out of 25,
— Proactiveness scored out 25,
— Systems and procedures scored out of 10.
Submissions in response to this notice must not exceed 20 sides of A4 (details of staff CVs can be in included as an appendix to the document and accounts details should be included on a CD). One hard copy of the submission and one CD should be provided to the address as stated in Section 1.
A short list of not less than 3 and not more than 5 service providers will be compiled and these service providers will be invited to submit tenders and attend a selection interview. Final award will be in accordance with the criteria stated in the tender documents.
All discussions and correspondence will be conducted in English and the contract shall be subject to English Law. The Contracting Authority will not reimburse and cost incurred in the preparation of submissions to this notice or of subsequent tenders.
The University of Cambridge is not a public body within the meaning of Public Contracts Regulations 2006 (Directive 2004/18) and is not subject to the 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.
Information about the tender process to be followed does not amount to a legally binding offer by the University to follow the process so described. The University reserves the right not to follow or to modify the procedures as the University considers necessary.
VI.5)Date of dispatch of this notice:6.12.2011