Building Works for University of Hull
Erection of a 5 storey 6 500 m² new build and the refurbishment of the existing Loxley and Calder buildings on the west side of the University of Hull main campus to provide renewed and enhanced teaching and research facilities for the Hull York Medical School (HYMS) and the Faculty of Health and Social Care.
United Kingdom-Hull: Building construction work
2014/S 234-411418
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Hull
Cottingham Road
Contact point(s): https://www.proactisplaza.com/supplierportal/Public/Opportunities.aspx
HU6 7RX Hull
UNITED KINGDOM
Internet address(es):
General address of the contracting authority: www.hull.ac.uk
Address of the buyer profile: https://www.proactisplaza.com/supplierportal/Public/Opportunities.aspx
Electronic access to information: https://www.proactisplaza.com/supplierportal/Public/Opportunities.aspx
Electronic submission of tenders and requests to participate: https://www.proactisplaza.com/supplierportal/Public/Opportunities.aspx
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)
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
Design and execution
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKE11
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)
II.1.6)Common procurement vocabulary (CPV)
45210000, 45214000, 45214400, 45214600, 45214610, 45215100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Employer is seeking to enter into a design and build contract for the works. This is likely to be a JCT form of contract with the Employer’s standard amendments.
It is anticipated the design of the works will be developed to RIBA Stage 4 by the consultant employed design team and then be completed by the contractor. Architectural and structural consultants from the existing design team will be novated to the contractor. Presently it is planned to retain the mechanical and electrical consultant Client side as a technical adviser.
The estimated value of the project is 19 000 000 GBP. The anticipated start date for the works is Summer 2015.
Contractors interested in being considered to be invited to tender are invited to an Open Day. No pre-registration or notification is required to attend the Open Day. Attendance at the Open Day is not a requirement of the Pre-qualification Questionnaire process. A short presentation will be given by the Director of Estates and the design team. Questions will then be taken.
The Open Day is planned to take place on the morning of 17.12.2014 at 9:30 at Larkin Lecture Theatre D, the University of Hull main campus, Hull, UK, HU6 7RX.
Please report to Estates Reception at 53 Salmon Grove between 8:30 and 9:00 and sign in. The presentation venue Larkin LTD is walking distance from Estates Reception. Parking is available at locations around the campus on a pay and display basis.
Estimated value excluding VAT: 19 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: See PQQ documentation.
III.2.3)Technical capacity
See PQQ documentation.
Minimum level(s) of standards possibly required:
See PQQ documentation.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures) no
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 responses will be evaluated against the published scored criteria.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
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.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice: