Building Works for University of Surrey
Design and build of new Innovation Centre for the 5th Generation of Mobile Communication Technologies (5G Innovation Centre).
UK-Guildford: Construction work for university buildings
2013/S 088-149507
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Design and build of new Innovation Centre for the 5th Generation of Mobile Communication Technologies (5G Innovation Centre).
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Guildford, Surrey, UK.
NUTS code UKJ23
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The University of Surrey intends to expand its Faculty of Engineering and Physical Sciences which will involve the construction of one new academic building on its Stag Hill campus in Guildford. The building, a 5G Innovation Centre, will contain research laboratories and ancillary accommodation.
The total floor area will be around 3 000 square metres with a construction value of around £6m GBP.
Construction is intended to commence towards the end of 2013 with completion of the building by December 2014. This requirement is for a design and build principal contractor.
After return of pre-qualification questionnaires (PQQs) and evaluation in accordance with the criteria detailed in the PQQ, a shortlist of suitably qualified contractors will be invited to tender for design and build works against a detailed project brief.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 12 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A performance bond and a parent company guarantee may be required. Details will be included in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be in accordance with the standard terms of payment detailed in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: As detailed in the PQQ and tender documentation.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: As per PQQ
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per PQQ
Minimum level(s) of standards possibly required: Minimum turnover of 70 000 000 GBP per year and minimum insurance cover of 10 000 000 GBP per occurrence or series of occurrencies.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per PQQ
Minimum level(s) of standards possibly required:
As per PQQ and participants must employ suitably qualified design co-ordinators for bulding works and services installations.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: As per PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
301/RNH
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 3.6.2013 – 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
3.6.2013 – 17:00
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
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:3.5.2013