University of East Anglia Contractor Framework
The University of East Anglia is seeking to appoint principal contractors to carry out construction and refurbishment works over the duration of the framework which will run between 2020 and 2023.
United Kingdom-Norwich: Construction work
2019/S 150-368600
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Norwich Research Park
Norwich
NR4 7TJ
United Kingdom
Contact person: Procurement Office
Telephone: +44 1603592728
E-mail: c.woodcroft@uea.ac.uk
Fax: +44 1603593526
NUTS code: UKH1
Address of the buyer profile: https://in-tendhost.co.uk/universityofeastanglia/aspx/Home
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
University of East Anglia Contractor Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The University of East Anglia is seeking to appoint principal contractors to carry out construction and refurbishment works over the duration of the framework which will run between 2020 and 2023. The framework will consist of 3 lots based on the value of the proposed works contracts:
Lot 1: 5 000 000 GBP to 15 000 000 GBP,
Lot 2: 1 000 000 GBP to 5 000 000 GBP,
Lot 3: 25 000 GBP to 1 000 000 GBP.
The framework will be for a period of three (3) years with the option to extend for a further 12 months. It is anticipated that there will be 3 suppliers per lot. In addition to the University of East Anglia, the Anglia Innovation Partnership made up of the following organisations will also have the option to use the framework: Anglian Innovation Partnership LLP, John Innes Centre, Earlham Institute, The Sainsbury Laboratory, Norwich Bioscience and QI Partners (Quadram). In an update to the prior information notice Norwich Rugby Football Club Ltd will have access to the framework.
II.1.6)Information about lots
II.2.1)Title:
University of East Anglia Contractors Framework Lot 1
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Norwich.
II.2.4)Description of the procurement:
This lot is for works contracts with a value of between 5 000 000 GBP to 15 000 000 GBP. Estimated spend on this lot over a 4 year framework period is anticipated to be 10 000 000 GBP to 15 000 000 GBP. The University does not bind itself in any way to this expenditure nor to procuring the listed works from this framework.
The framework will be for a period of three (3) years with the option to extend for a further 12 months. It is anticipated that there will be 3 suppliers per lot. In addition to the University of East Anglia, the Anglia Innovation Partnership made up of the following organisations will also have the option to use the framework: Anglian Innovation Partnership LLP, John Innes Centre, Earlham Institute, The Sainsbury Laboratory, Norwich Bioscience and QI Partners (Quadram). In an update to the prior information notice Norwich Rugby Football Club Ltd will also have access to the framework although this is not anticipated to impact this lot.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is envisaged that 5 suppliers per lot will be invited to tender.
II.2.10)Information about variants
II.2.11)Information about options
The framework will be awarded for a period of three (3) years with the option to extend for a further 12 months.
II.2.13)Information about European Union funds
II.2.1)Title:
University of East Anglia Contractor Framework Lot 2
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Norwich.
II.2.4)Description of the procurement:
This lot is for works contracts valued between 1 000 000 GBP to 5 000 000 GBP. Estimated spend on this lot over the 4 year framework period is 10 000 000 GBP to 25 000 000 GBP. The upper limit for this lot has altered from the value stated in the prior information notice, this is due to the inclusion of Norwich Rugby Football Club Ltd as a participant on the framework. An overlap band with Lot 3 is also in place, further details are included in the invitation to tender and framework documents.
The framework will be for a period of three (3) years with the option to extend for a further 12 months. It is anticipated that there will be 3 suppliers per lot. In addition to the University of East Anglia, the Anglia Innovation Partnership made up of the following organisations will also have the option to use the framework: Anglian Innovation Partnership LLP, John Innes Centre, Earlham Institute, The Sainsbury Laboratory, Norwich Bioscience and QI Partners (Quadram).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is anticipated that 5 suppliers per lot will be invited to tender.
II.2.10)Information about variants
II.2.11)Information about options
The framework will be awarded for a period of three (3) years with the option to extend for a further 12 months.
II.2.13)Information about European Union funds
II.2.1)Title:
University of Eat Anglia Contractor Framework Lot 3
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Norwich.
II.2.4)Description of the procurement:
This lot is for works contracts valued between 25 000 GBP to 1 000 000 GBP. Estimated spend on this lot over the 4 year framework period is 20 000 000 GBP to 35 000 000 GBP. An overlap band with Lot 2 is also in place, further details are included in the invitation to tender and framework documents.
The framework will be for a period of three (3) years with the option to extend for a further 12 months. It is anticipated that there will be 3 suppliers per lot. In addition to the University of East Anglia, the Anglia Innovation Partnership made up of the following organisations will also have the option to use the framework: Anglian Innovation Partnership LLP, John Innes Centre, Earlham Institute, The Sainsbury Laboratory, Norwich Bioscience and Quadram Institute. In an update to the prior information notice Norwich Rugby Football Club Ltd will also have access to the framework although this is not anticipated to impact this lot.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
It is anticipated that 5 suppliers will be invited to tender per lot.
II.2.10)Information about variants
II.2.11)Information about options
The framework will be awarded for a period of three (3) years with the option to extend for a further 12 months.
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
See PQQ Documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The prior information notice released regarding this procurement opportunity stated that contractors could bid for any number of lots. However following finalisation of the tender pack the decision has been taken to limit the number of lots that contractors can bid for to 2 lots. In an update to the prior information notice Norwich Rugby Football Club Ltd will also have access to the framework.
Please note this procurement will be conducted via In-Tend, our e-tendering portal. You will need to register with In-Tend free of charge if you wish to access the tender documents. To register please go to https://in-tendhost.co.uk/universityofeastanglia/aspx/home Follow the instructions on the system.
The following contracting bodies may utilise the framework:
(a) Anglia Innovation Partnership LLP — Company Number OC373078 — of Centrum, Norwich Research Park, NR4 7UG;
(b) John Innes Centre — Registered Charity Number 223852 — Company Number 00511709 of Norwich Research Park, Norwich NR4 7UH;
(c) Earlham Institute — Registered Charity Number 1136213 — Company Number 6855533 of Norwich Research Park, Colney Lane, Norwich NR4 7UZ;
(d) The Sainsbury Laboratory — Registered Charity Number 1065510 — Company Number 3346853 of John Innes Centre, Norwich Research Park, Norwich NR4 7UH; and
(e) Norwich BioScience Institute — Company Number 03076575 of John Innes Centre Norwich, Research Park Colney, Norwich NR4 7UH;
(f) Quadram Institute — Registered Charity Number 1170105 — Company Number 9604451 of Quadram Institute Bioscience, Norwich Research Park, Norwich, NR4 7UQ;
(g) Norwich Rugby Football Club Ltd — Registration Number 28350R — Beeston Hyrne, North Walsham Road, Norwich. NR12 7BW.
The University has adopted Constructionline, the UKs leading procurement and supply chain management service to streamline the procurement and assessment of suppliers applying for this opportunity: https://www.constructionline.co.uk/
If you are already a verified gold level member of Constructionline you can provide us with your registration number on the front of PQQ Section A and then skip the core questions C1, C2, CP3, CP4, O1, O2, O3 and go straight to the project-specific supplementary questions (Table 13 in PQQ Section B). If you are a verified silver level member of Constructionline you can provide us with your registration number on the front of PQQ Section A and then skip the core questions C1, C2, C3, C4 only and ensure you complete O1, O2, O3 of PQQ Section A and the project-specific supplementary questions (Table 13 in PQQ Section B).
Suppliers who are not Constructionline Members will not be precluded from expressing an interest in this contract notice but will need to demonstrate that they meet the pre-qualification requirements, through the completion of the PAS 91 questionnaire in PQQ Section A.
VI.4.1)Review body
Norwich
United Kingdom
VI.4.3)Review procedure
The University will incorporate a minimum of 10 calendar days standstill period at the point that information on the award of contract is communicated to tenderers. If an appeal regarding the award of contract has not been successfully resolved then the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court. Any such action must be brought promptly and within the limitation period described in the Public Contracts Regulations 2015.
VI.5)Date of dispatch of this notice: