Tender

Bangor Business School - Construction Consultancy Services

  • Prifysgol Bangor / Bangor University

F02: Contract notice

Notice identifier: 2024/S 000-014531

Procurement identifier (OCID): ocds-h6vhtk-0457a0

Published 7 May 2024, 3:00pm



Section one: Contracting authority

one.1) Name and addresses

Prifysgol Bangor / Bangor University

Finance Office, Neuadd Reichel, Ffriddoedd Road

Bangor

LL57 2TR

Contact

Nicola Day

Email

n.h.day@bangor.ac.uk

Telephone

+44 1248388675

Country

United Kingdom

NUTS code

UKL12 - Gwynedd

Internet address(es)

Main address

http://www.bangor.ac.uk

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0340

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Bangor Business School - Construction Consultancy Services

Reference number

BU452024

two.1.2) Main CPV code

  • 71200000 - Architectural and related services

two.1.3) Type of contract

Services

two.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.

two.1.5) Estimated total value

Value excluding VAT: £1,570,000

two.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.

two.2) Description

two.2.1) Title

Cost Consultant/Quantity Surveyor

Lot No

3

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd
Main site or place of performance

Bangor,Gwynedd

two.2.4) Description of the procurement

The provision of cost consultancy/quantity surveying services.

two.2.5) Award criteria

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

Quality criterion - Name: Capability / Weighting: 10%

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

Quality criterion - Name: Planning and Heritage / Weighting: 5%

Quality criterion - Name: Risk and Mitigation / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 50%

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Architectural and Lead Designer

Lot No

1

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd
Main site or place of performance

Bangor, Gwynedd

two.2.4) Description of the procurement

The provision of architectural / lead designer services.

two.2.5) Award criteria

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

Quality criterion - Name: Capability / Weighting: 10%

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

Quality criterion - Name: Planning and Heritage / Weighting: 5%

Quality criterion - Name: Risk and Mitigation / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 50%

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Civil and Structural Engineer

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd
Main site or place of performance

Bangor,Gwynedd

two.2.4) Description of the procurement

The provision of civil engineering and structural services.

two.2.5) Award criteria

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

Quality criterion - Name: Capability / Weighting: 10%

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

Quality criterion - Name: Planning and Heritage / Weighting: 5%

Quality criterion - Name: Risk and Mitigation / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 50%

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Project Manager

Lot No

4

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd
Main site or place of performance

Bangor, Gwynedd

two.2.4) Description of the procurement

The provision of project management services.

two.2.5) Award criteria

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

Quality criterion - Name: Capability / Weighting: 10%

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

Quality criterion - Name: Planning and Heritage / Weighting: 5%

Quality criterion - Name: Risk and Mitigation / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 50%

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Mechanical and Electrical Engineering Services

Lot No

5

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd
Main site or place of performance

Bangor,Gwynedd

two.2.4) Description of the procurement

The provision of mechanical and electrical consultancy services.

two.2.5) Award criteria

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

Quality criterion - Name: Capability / Weighting: 10%

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

Quality criterion - Name: Planning and Heritage / Weighting: 5%

Quality criterion - Name: Risk and Mitigation / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 50%

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

CDM Principal Designer

Lot No

6

two.2.2) Additional CPV code(s)

  • 71317210 - Health and safety consultancy services

two.2.3) Place of performance

NUTS codes
  • UKL12 - Gwynedd
Main site or place of performance

Bangor,Gwynedd

two.2.4) Description of the procurement

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

two.2.5) Award criteria

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

Quality criterion - Name: Capability / Weighting: 10%

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

Quality criterion - Name: Health and Safety / Weighting: 5%

Quality criterion - Name: Risk and Mitigation / Weighting: 5%

Quality criterion - Name: Social Value / Weighting: 10%

Price - Weighting: 50%

two.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.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.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.

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

7 June 2024

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.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)

four.2.7) Conditions for opening of tenders

Date

7 June 2024

Local time

1:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic payment will be used

six.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 https://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)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom