/Swan%20Lane%20ITT2

Page 1

SWAN LANE, WIGAN

INVITATION TO TENDER AND SUPPORTING INFORMATION - FOR ARMSTRONG PROPERTIES (NW) Ltd


Purpose The purpose of this Invitation to Tender (ITT) is to enable Armstrong Properties to appoint a Project Manager led multi-disciplinary design team for the development of Zero Energy Cost industrial development at Swan Lane, Wigan to take forward and deliver this exciting and ambitious project. Background 

The Swan Lane development has sustainable buildings and sustainable building techniques at the very heart of the project. Armstrong by taking a holistic approach to suitability and CO2 emissions have looked at every aspect of the project to ensure that every stage of design and build incorporate these principals. The project involves the redevelopment of a brownfield site (0.47 hectares) located at Swan Lane, Hindley Green Industrial Estate, Wigan, WN2 4HD, to provide nine low and zero carbon industrial business units (2,095 m²). The project will involve the following activities: -

Demolition of existing asbestos clad industrial building, site clearance/preparation works and boundary wall strengthening works; Construction of three steel frame industrial buildings each capable of subdivision into three individual business units ranging in size from 125 m² to 300 m²; Provision of green technology installations including wind turbines, photovoltaic cells, Energi cladding panels and solar hot water; Internal fit out works to the industrial business units including the provision of an office area, toilet, kitchen, heating, electrical and security installations; External works including drainage, hardstandings, car parking, landscaping, fencing and external lighting; Main services infrastructure provision including gas, water and electricity.

Armstrong aim of building nine zero energy cost industrial units will be achieved by implementing low and zero carbon technologies, these are to include wind turbines, photovoltaic cells and a new innovative UK manufactured cladding system – all of these means on site energy generation, reduced energy consumption resulting in significant amounts of CO2 savings by SME occupiers. Rain water harvesting is also to be implemented on site and by using the rainwater as ‘grey water’ this will drastically cut the amount of fresh water that is required on site helping to save CO2 over the lifetime of the development. 

RIBA Stage D has been achieved and planning consent has already been obtained.

The full extent of the project will be in the region of £2.4M including the green technologies.

The split of the construction values is £1.5M for the traditional element of the construction and £0.9 M for the inclusion of nine number green technologies.

Funding has been obtained to allow the appointment of the design team to take the scheme through RIBA stages E – H

The multi‐disciplinary design team will work as sub‐consultants under a single appointment of the Project Manager.

The Main Contractor for the project will be procured utilising a JCT Design and Build Contract 2005:Revision 2 – 2009.


Consultant Requirements The following core services are required within this ITT: Pre Contract: 

Project Manager

Employers Agent

Quantity Surveyor

Architect

Mechanical and Electrical Consultant

Low Carbon Consultant Post Contract:

Project Manager

Employers Agent

Quantity Surveyor

Mechanical and Electrical Consultant

Low Carbon Consultant

Note: The architectural services under this ITT are required only for RIBA Stages E-H Thereafter for RIBA Post Contract Stages J-L the appointment will be at the discretion of the successful Principal Contractor. Structural and Engineering Services will also be at the discretion of the Principal Contractor for RIBA Stages J-L. The consultant appointments will be on the basis of individual Appointments by deed with Collateral Warranties in favour of parties to be specified in due course (Refer Appendix 3 for specimen Warranties). Each consultant will be required to provide written proof of adequate professional indemnity insurance for the services and personnel involved in this contract. This is deemed to be £5 million for each of the sub-consultants in the majority of cases. Armstrong Properties does not expect to meet any of the costs involved in preparing or submitting proposals at ITT Stage. Outline Timetable/Process The Client proposes to use a single stage procurement process:-


Following the publication of the Invitation to Tender in the NWDA Journal the Tender Evaluation will include the completion of ITT and Supplementary Information by interested parties. The Client proposes the following indicative timetable for the procurement of this Service: Activity

Date

NWDA Advert Placed for ITT

21/03/11

Return of ITT

01/04/11

Tender Evaluation

Week commencing 04/04/11

Selection of preferred Consultant

05/04/11

Contract Award

05/04/11

Contract commencement

06/04/11

The Client reserves the right to change the above timetable. Instructions for Completion Suppliers should complete the ITT and supporting information requirements of this document and submit to: Armstrong Properties (NW) Ltd 137 Monton Road Monton M30 9HQ Two hard copies and an electronic version on CD Rom or USB Flash drive of the documents outlined in earlier in this section should be returned to: Tender return envelopes should be marked clearly with “Tender - Swan Lane”. It is the responsibility of the interested firm to ensure safe receipt of submissions at our address. Please note that materials can only be received during office hours 0900 – 1700 GMT Mon‐Fri. Emailed submissions will NOT be accepted. Late submissions, for any reason, will be disqualified from the selection process on grounds on basic non‐compliance. Any further queries at this stage to be submitted in writing only to the above address. Suppliers should answer all questions as accurately and concisely as possible.


Questions should be answered specifically for the organisation tendering and not for a group of companies if the organisation is part of such a group. However where group policies or statements are normally used by the company, then answer accordingly. Responses will be evaluated in accordance with the procedures set out in the evaluation approach noted below. In the event that none of the responses are deemed satisfactory, the Client reserves the right to consider alternative procurement options. Failure to provide the required information, make a satisfactory response to any question, or supply documentation referred to in responses, within the specified timescale will be taken into consideration of the Tender Evaluation. Where a Supplier is not currently registered in the UK, the questions should still be answered, substituting any law, code of practice or appropriate professional, commercial or other register within their domestic jurisdiction. ITT Queries The Client will not enter into detailed discussion of the requirements at this stage. Any questions about the procurement should be submitted in writing to the above address or the following E-Mail: dave@zeroenergycost.co.uk If the Client considers any question or request for clarification to be of material significance, both the query and the response will be communicated, in a suitably anonymous form, to all Suppliers who have responded. All responses received and any communication from Suppliers will be treated in confidence. You should note that we are unable to respond to telephone queries, if you are unable to e-mail then please send your queries to the postal returns address. Supplier Contact Point Suppliers have been asked to include a single point of contact in their organisation for their response to the ITT. Armstrong Properties shall not be responsible for contacting the Supplier through any route other than the nominated contact. The Supplier must therefore undertake to notify any changes relating to the contact promptly.


ITT Return Deadline Responses must be received by 5PM on Friday 1 st April 2011. Responses received after this date will be disregarded. Evaluation Approach Completed ITT’s will be assessed under a weighted scoring matrix applied to the main sections included within this document. The scoring matrix will apply the following percentage (%) scores ; Cost Added Value Relevant Experience Knowledge of ERDF Grant Process Capacity and resources Equal opportunities etc. Health and safety Insurance

30% 30% 20% 10% 5% 2% 1% 1% 1%

Armstrong Properties is not bound to accept the lowest tender, but will appoint on the basis of the most economically advantageous tender, taking into consideration the criteria of quality, experience, capacity and understanding of/empathy with the client and the project. All tenders must be on a fixed price basis set against estimated contract sum parameters i.e. traditional element ÂŁ1.5M and green technologies ÂŁ0.9M.


APPENDIX 1 – SUPPORTING INFORMATION GENERAL The following information is to be completed by the Project Manager on behalf of the multidisciplinary design team. 1.

Question Project Manager (Company Name)

2.

Address (including web site address if relevant)

3.

Registered Address (if different) VAT Registration Number

4.

Tel

5.

Fax

6.

Email

7.

Company Representative

8.

References Please supply details of three referees that can be contacted to support your application. (Please include full contact details and relevance of the referee to the application).

9.

Contact Details Please supply full contact details including name of contact person, telephone and fax numbers and email details (include address if different from that supplied in Section Two)

Response


Question Sub-Consultants 1.

Architect

2.

Quantity Surveyor

3.

Employers Agent

4.

Mechanical and Electrical Consultant

5.

Low Carbon Consultant

6.

Does your organization have a formal environmental policy and/or management system/formal accreditation?

(Attach additional sheets as required). Question INSURANCES 1. Professional Indemnity Cover: (Please include copy of Certificate) 2. Public Liability Cover: (Please include copy of Certificate) 3. Employers Liability Cover: (Please include copy of Certificate) RELEVANT EXPERIENCE 4. Experience of low carbon technologies within new industrial developments. 5. 6.

7.

8.

What is your current workload? (List the names of all projects under construction, their type and value). Provide an organisation chart showing your company structure and show the numbers and types of employees in each part of the company. Provide details of your proposed team and their responsibilities including an organisation chart. Attach CV’s for key team members, demonstrating their work on similar projects Provide details of your Health & Safety Policy and your procedures to comply with current Safety Regulations

Response

Response


EQUAL OPPORTUNITIES ETC. The following questions and description of evidence are derived from those specified by the Secretary of State under section 18(5) of the Local Government Act 1988, modified and extended as permitted by Orders made under Section 19 of the Local Government Act 1999 [and under section 7 of the Local Government in Scotland Act 2003]. Your organisation will be evaluated for race equality in employment on the basis of your answers to these questions. Please ensure that you answer every question. Failure to provide the information requested may result in your organisation being rejected. Please provide sufficient information to enable The Client to make a fair and accurate assessment of how, as an employer, you have dealt with race equality issues. You will be requested to supply evidence to support your answers to the questions below at the next stage of the procurement process. Such evidence may be examples or copies of documents such as your race equality or equal opportunities in employment policy; documents containing instructions to staff, or outlining arrangements for advertisements, recruitment, selection, access to training, and opportunities for promotion; copies of recruitment advertisements; extracts from staff handbooks; or other materials. The Client is also committed to promoting equality of opportunity for disabled people, and between women and men, and accordingly seeks information regarding your organisation’s compliance with other antidiscrimination legislation. 1.

Question Does your organisation comply with its legal obligations relating to the following – Race Sexual Orientation Disability Age Religion or Belief Gender Human Rights

2.

In the last 3 years has any finding of unlawful discrimination been made against your organisation by any court or industrial or employment tribunal?

Response Please make comment and supply your policies


3.

Question In the last three years has your organisation been the subject of a formal investigation on grounds of alleged unlawful discrimination by, for example, the Commission for Racial Equality (CRE), Disability Rights Commission (DRC), Equal Opportunities Commission (EOC) or Equality and Human Rights Commission (EHRC)?

4.

In the last three years, has your organisation been the subject of formal investigation by the Commission for Racial Equality (CRE), or a comparable body, on the grounds of alleged unlawful discrimination in the employment field?

5.

If the If the answer to 7.8 or 7.9 is Yes what steps have you taken to address the issues/results of any findings

Response

ADDED VALUE 6.

Provide any other information that you consider relevant to the consideration of your team for this project.

I confirm that all the information provided in answering the above questions represents a true and fair view of the stature of this company. Signature: ……………………………………………………. (Company Representative) Date: …………………


Turn static files into dynamic content formats.

Create a flipbook
Issuu converts static files into: digital portfolios, online yearbooks, online catalogs, digital photo albums and more. Sign up and create your flipbook.