Integrated Project Management and Cost Management Tender
It has been decided to procure these consultancy services as a single integrated appointment – ‘the Project Manager’ – with one lead individual who will focus, primarily, on cost and strategic project and programme management advice.
United Kingdom-Carmarthen: Project management consultancy services
2015/S 053-092777
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Wales Trinity St David
Carmarthen Campus
Contact point(s): Procurement Department
For the attention of: Heidi Davies
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
E-mail: heidi.davies@tsd.uwtsd.ac.uk
Internet address(es):
General address of the contracting authority: www.tsd.ac.uk
Address of the buyer profile: http://www.sell2wales.gov.uk/search/Search_AuthProfile.aspx?ID=AA0343
Further information can be obtained from: University of Wales Trinity St David
Carmarthen Campus
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
Internet address: www.tsd.ac.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: University of Wales Trinity St David
Carmarthen Campus
Contact point(s): Procurement Department
For the attention of: Heidi Davies
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
E-mail: heidi.davies@tsd.uwtsd.ac.uk
Internet address: www.tsd.ac.uk
Tenders or requests to participate must be sent to: University of Wales Trinity St David
Carmarthen Campus
Contact point(s): Procurement Department
For the attention of: Heidi Davies
SA31 3EP Carmarthen
UNITED KINGDOM
Telephone: +44 1267676767
Internet address: www.tsd.ac.uk
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 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: South West Wales.
NUTS code UKL
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)
The University has already issued a PQQ for the selection of a short list to invite to tender a multi-disciplinary design team comprising Architect (as lead), Civil and Structural Engineer, M&E Services Engineer, CDM-C Consultant and other specialist consultancies to complete the multi-disciplinary design team to be identified by the bidder as part of their PQQ, e.g. planning consultant, acoustician, multi and digital media consultant, IT consultant, BIM2 consultant etc. It is the intention that this multi-disciplinary will be novated to the yet to be tendered and appointed contractor at RIBA Stage 4 within a design and build contract.
Required Consultancy Services
It has been decided to procure these consultancy services as a single integrated appointment — ‘the Project Manager’ — with one lead individual who will focus, primarily, on cost and strategic project and programme management advice and support for RIBA Work Stages 1 (part, to assist with completing the University’s brief) and 2-6. The service provider, which may be one individual with other specialist support as absolutely necessary, is to deliver services as required by the selected form of contact namely NEC3 Option A: Priced Contract with Activity Schedule. The Project Manager should be capable of delivering, directly or with limited specified expert support the following services and advisory support:
Project Management, with extensive cost management experienced.
Cost Management — and with particular regard to the impact of non-negotiable programme delivery requirements, and effective value engineering within the context of a fixed budget
Supervisory Management (Construction stage)
All consultancy services deemed necessary to manage the development of the design once the University’s design team are novated to the contractor at RIBA Stage 4 to the completion of the project and also to provide quality control services to completion of the project.
It is intended that the Project Manager will be appointed using the NEC3 Professional Services Contract (PSC).
Note: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site athttp://www.sell2wales.gov.uk/Search/Search_Switch.aspx?ID=24231
II.1.6)Common procurement vocabulary (CPV)
72224000, 71242000, 71324000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
Description of particular conditions: It is intended that the A Multi-Disciplinary Project Management, Cost Management and Supervisor Team will be appointed using the NEC3 professional services contract (PSC).
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(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 ability
(2) 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) 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.
(3) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Justification for the choice of accelerated procedure: The University of Wales Trinity Saint David is working in partnership with S4c to relocate their Head Quarter function from Cardiff to Carmarthen.
The basis of the scheme is to establish a multidisciplinary, entrepreneurial and creative exchange that will attempt to extend creative boundaries. It will be a totally unique development in the UK and will operate within a creative and sustainable eco-system. It is intended that the development will have a significant effect on the economy of the region and beyond, on the Welsh language and its’ use in an area where maintaining the viability of traditional Welsh language communities is a policy priority, and on the culture linked to the language that has always been a rich characteristic of this area of Wales.
The formal agreement has recently been ratified and due to a number on constraints, such as the time-scale to relocate the Head Quarter function which must be achieved by the end of 2017. It is necessary to appoint a Multi-disciplinary team at the earliest opportunity to ensure a start on the site in early 2016.
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: PQQ evaluation.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 11.3.2015 – 12:00
Place:
Coleg Sir Gar.
Section VI: Complementary information
VI.3)Additional information
VI.5)Date of dispatch of this notice: