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.

Contract Notice

Mechanical and Electrical Works at OpTIC Centre – St Asaph

  • First published: 22 May 2024
  • Last modified: 27 June 2024

Contents

Summary

OCID:
ocds-kuma6s-141647
Published by:
Glyndwr University
Authority ID:
AA0288
Publication date:
22 May 2024
Deadline date:
12 July 2024
Notice type:
Contract Notice
Has documents:
Yes
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

The University is seeking to procure a contract for Mechanical and Electrical Works at OpTIC Centre – St Asaph. This project, is a key project to be delivered as part of the North Wales Growth Deal (now Ambition North Wales).The Growth Deal is a partnership between the public sector and the private sector, supported by funding from UK Government and Welsh Government. The Growth Deal builds on the Growth Vision for North Wales, adopted in 2016: “a confident, cohesive region with sustainable economic growth, capitalising on the success of high value economic sectors and our connection to the economies of the Northern Powerhouse & Ireland. The OpTIC centre is a fully occupied and operational centre which provides world class optical polishing and metrology activities. Alongside these activities, the centre also has specialist laboratory space for allied activities such as laser measurement, coatings, and other specialist facilities. The building is also a centre for several University activities relating to the teaching provision for Nursing and other allied health professions in North Wales, with specialist simulation ward environments. The building is also host to 28 incubation units, where local business’ are able to lease space for a wide variety of business sectors. In addition, the building is also an active conference, centre, has catering and meeting facilities for hire, and has recently been used as a vaccination centre for the COVID vaccine roll out. The summary of the scope of the Works contract will be as follows: Section 1 Metrology Laboratory The complete replacement of ceilings, lighting, and a new ventilation system installed to meet strict performance standards for temperature, humidity and low velocity airflow. This work also includes new partitions and interlock doors. The MC will have sole occupancy of this area whilst works are underway. Section 2 Optical Laboratories Replacement of lighting and some other finishes to upgrade these laboratories and reduce energy consumption. The MC will have shared occupancy of this area whilst works are underway. Section 3 Small and large polishing facilities A low level area which is to be fitted out with ceilings, partitions, lighting to enable it to become a fully functional laboratory area. The MC will have sole occupancy of this area whilst works are underway. The main larger polishing laboratory works include the upgrade the ventilation equipment which serves this space, together with some lighting upgrades. The MC will have shared occupancy of this area whilst works are underway as the ventilation equipment is located externally, but the lighting is within office areas. Support activities Renew BMS computer and software and update to incorporate new layouts and new equipment and controls. The MC will have sole occupancy of this area whilst works are underway. Programme It is anticipated that the longest duration activity is the metrology lab. All other works must therefore be accommodated within the contract period for the longest activity, however the specific scheduling of each room and the overall works programme must be agreed with the building occupants. It is envisaged, that following contract award (anticipated to be mid September 2024), the Main Contractor (MC) will enter into a pre construction design and planning stage. During this stage, the MC will carry out the stage 4 design, and which will include detailed design and approvals. During this period, the MC will develop a detailed work programme and decant schedule, which must be agreed with the building managers who will liaise with the building occupants. The specific durations for each component will vary, depending upon the main contractors planned resource and activity plan, however we have provided an overall contract programme which will allow the MC to price the site establishment and site supervision. It is a requirement that an SMSTS qualified site manager must be on site at a

Full notice text

CONTRACT NOTICE – NATIONAL

WORKS

1 Authority Details

1.1

Authority Name and Address


Wrexham University

Plas Coch, Mold Road,

Wrexham

LL11 2AW

UK

Paul Moran

+44 1978293188


+44 1978293188
https://www.wrexham.ac.uk
https://www.sell2wales.gov.wales
https://www.sell2wales.gov.wales

1.2

Address from which documentation may be obtained

As in 1.1

1.3

Completed documents must be returned to:

As in 1.1

2 Contract Details

2.1

Title

Mechanical and Electrical Works at OpTIC Centre – St Asaph

2.2

Description of the goods or services required

The University is seeking to procure a contract for Mechanical and Electrical Works at OpTIC Centre – St Asaph.

This project, is a key project to be delivered as part of the North Wales Growth Deal (now Ambition North Wales).The Growth Deal is a partnership between the public sector and the private sector, supported by funding from UK Government and Welsh Government.

The Growth Deal builds on the Growth Vision for North Wales, adopted in 2016: “a confident, cohesive region with sustainable economic growth, capitalising on the success of high value economic sectors and our connection to the economies of the Northern Powerhouse & Ireland.

The OpTIC centre is a fully occupied and operational centre which provides world class optical polishing and metrology activities. Alongside these activities, the centre also has specialist laboratory space for allied activities such as laser measurement, coatings, and other specialist facilities.

The building is also a centre for several University activities relating to the teaching provision for Nursing and other allied health professions in North Wales, with specialist simulation ward environments.

The building is also host to 28 incubation units, where local business’ are able to lease space for a wide variety of business sectors.

In addition, the building is also an active conference, centre, has catering and meeting facilities for hire, and has recently been used as a vaccination centre for the COVID vaccine roll out.

The summary of the scope of the Works contract will be as follows:

Section 1 Metrology Laboratory

The complete replacement of ceilings, lighting, and a new ventilation system installed to meet strict performance standards for temperature, humidity and low velocity airflow. This work also includes new partitions and interlock doors. The MC will have sole occupancy of this area whilst works are underway.

Section 2 Optical Laboratories

Replacement of lighting and some other finishes to upgrade these laboratories and reduce energy consumption. The MC will have shared occupancy of this area whilst works are underway.

Section 3 Small and large polishing facilities

A low level area which is to be fitted out with ceilings, partitions, lighting to enable it to become a fully functional laboratory area. The MC will have sole occupancy of this area whilst works are underway.

The main larger polishing laboratory works include the upgrade the ventilation equipment which serves this space, together with some lighting upgrades. The MC will have shared occupancy of this area whilst works are underway as the ventilation equipment is located externally, but the lighting is within office areas.

Support activities

Renew BMS computer and software and update to incorporate new layouts and new equipment and controls. The MC will have sole occupancy of this area whilst works are underway.

Programme

It is anticipated that the longest duration activity is the metrology lab. All other works must therefore be accommodated within the contract period for the longest activity, however the specific scheduling of each room and the overall works programme must be agreed with the building occupants.

It is envisaged, that following contract award (anticipated to be mid September 2024), the Main Contractor (MC) will enter into a pre construction design and planning stage. During this stage, the MC will carry out the stage 4 design, and which will include detailed design and approvals. During this period, the MC will develop a detailed work programme and decant schedule, which must be agreed with the building managers who will liaise with the building occupants. The specific durations for each component will vary, depending upon the main contractors planned resource and activity plan, however we have provided an overall contract programme which will allow the MC to price the site establishment and site supervision. It is a requirement that an SMSTS qualified site manager must be on site at all times whilst work is underway, and other specific qualifications may also be required for electrical isolations, permits to work and handover.

Contract

The project will be procured using a JCT Design and Build contract and the consultants employed by the University have produced stage 3 drawings and a performance specification which is included within this tender. The MC will produce stage 4 designs for comment and approval before works commence. The University will retain the client team to approve drawings and calculations, to inspect works as they proceed, witness commissioning and sign off defects.

NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=141647.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

2.3

Notice Coding and Classification

45000000 Construction work
45214000 Construction work for buildings relating to education and research
45214300 Construction work for college buildings
45214400 Construction work for university buildings
45214600 Construction work for research buildings
45310000 Electrical installation work
45311100 Electrical wiring work
45315100 Electrical engineering installation works
45331000 Heating, ventilation and air-conditioning installation work
45331210 Ventilation installation work
45351000 Mechanical engineering installation works
50711000 Repair and maintenance services of electrical building installations
50712000 Repair and maintenance services of mechanical building installations
71334000 Mechanical and electrical engineering services
1013 Conwy and Denbighshire

2.4

Total quantity or scope of tender

See previous section for scope of the works.

The University is seeking to procure a contract under a JCT Design & Build 2016 contract.

The Contract Notice has been advertised on the Sell2Wales & Find a Tender Service (FTS)websites and the process is being conducted under the Open Procedure of the Public Contracts Regulations 2015 (PCR).

The main Works building project will be procured using a single-stage D&B Process.

3 Conditions for Participation

3.1

Minimum standards and qualification required

As part of the Selection Criteria assessment , Tenderers will be required to provide details of UP TO THREE contracts, in any combination from either the public or the private sector; voluntary, charity or social enterprise (VCSE) for a Design & Build Mechanical and Electrical Project that been completed within the last 5 years that had a contract value of at least £400,000 excluding VAT.

The mechanical specification for our metrology laboratory, has high performance criteria for strict control of temperature, humidity and air velocities. If possible although not mandatory, you should refer to a contract example project in a lab, process environment, museum, or other environment where similar high-performance standards were required.

4 Administrative Information

4.1

Type of Procedure

Single stage

4.2

Reference number attributed to the notice by the contracting authority

AS/PM/220524

4.3

Time Limits

Time-limit for receipt of completed tenders
    05-07-2024  Time  12:00

Estimated award date
 28-08-2024

4.5

Language or languages in which tenders or requests to participate can be drawn up

EN  CY 

4.6

Tender Submission Postbox

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.sell2wales.gov.wales/sitehelp/help_guides.aspx

5 Other Information

5.1

Additional Information

The Overall Tender Evaluation weighting will be based on Price (60%), Quality (25%) and Social Value (15%).

In order to provide Bidder engagement training to deliver social value delivery a Social Value Portal Online Training: Bidder Engagement Session will be arranged during the tender response period. Date to be confirmed.

Tenderers are encouraged to undertake a site visit through appointment only by contacting Ian Barwick(Head of Business & Services). Please contact ian.barwick@wrexham.ac.uk to book an appointment.

Please note all site visits must be completed before 5.00pm on 26th June 2023 and is subject to the diary availability of the Head of Business & Services).

(WA Ref:141647)

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:

Details as provided with the ITT Pack.

5.2

Additional Documentation

Schedule 1 ITT Instructions & Response Documents
Appendices Schedule 1
2. Schedule 2 - Employers Requirements

5.3

Publication date of this notice

 22-05-2024

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
45214000 Construction work for buildings relating to education and research Building construction work
45214300 Construction work for college buildings Construction work for buildings relating to education and research
45214600 Construction work for research buildings Construction work for buildings relating to education and research
45214400 Construction work for university buildings Construction work for buildings relating to education and research
45315100 Electrical engineering installation works Electrical installation work of heating and other electrical building-equipment
45310000 Electrical installation work Building installation work
45311100 Electrical wiring work Electrical wiring and fitting work
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
71334000 Mechanical and electrical engineering services Miscellaneous engineering services
45351000 Mechanical engineering installation works Mechanical installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50712000 Repair and maintenance services of mechanical building installations Repair and maintenance services of electrical and mechanical building installations
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work

Delivery locations

ID Description
1013 Conwy and Denbighshire

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/a
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
05/06/2024 22:15
ADDED FILE: Word document with links to dropbox folder to download documents directly
Word document with links to dropbox folder to download documents directly
13/06/2024 16:50
ADDED FILE: L6060-FUT-XX-00-DR-E-6100
L6060-FUT-XX-00-DR-E-6100
27/06/2024 09:31
Notice date(s) changed
The Deadline date was changed from 05/07/2024 12:00 to 12/07/2024 12:00.

Extended to provide more time due to issue of specification for builders work elements
02/07/2024 08:40
Social Value Portal Closing Date Amended
The tender response closing date on the Social Value Portal has been amended to 12th July 2024 at 12.00pm (noon) to reflect the change in the Tender closing date on the Sell2Wales portal.

Bidders are required to register and login to the Social Value Portal as per instructions within the ITT Pack, in order to submit their social value delivery response which is a key tender evaluation criteria.

Postbox

The awarding buyer has indicated that it will accept electronic responses to this notice via the Tender Submission Postbox facility.

Submit your tender response electronically in a secure environment.

To create an electronic response please click the "Add to my interest list" button at the top of the page.

For more information on the Postbox Facility please refer to the user guide:

Q&A

Ask the buyer any questions you may have relating to this notice. To ask the buyer a question or questions please click the "View Questions and Answers" button.

Additional Documents

The following additional documents have been attached to this notice. To obtain these documents please select the individual file names below.

Current documents

docx
docx13.16 KB
This file may not be accessible.
zip
zip16.10 MB
This file may not be accessible.
zip
zip544.25 KB
This file may not be accessible.
pdf
pdf357.60 KB
This file may not be accessible.
zip
zip1.36 MB
This file may not be accessible.

Replaced documents

There are no previous versions of these documents.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.