Buildings Works Measured Term Contract Newcastle
This contract is to establish a framework for the provision of measured term buildings and refurbishment works to be carried out in and around the University estate located near the centre of Newcastle upon Tyne.
UK-Newcastle upon Tyne: building installation work
2012/S 196-322192
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Newcastle University
King’s Gate
Contact point(s): www.ncl-tenders.co.uk/suppliers
For the attention of: Neil Addison
NE1 7RU Newcastle upon Tyne
UNITED KINGDOM
Telephone: +44 1912227472
E-mail: procurement@ncl.ac.uk
Fax: +44 1912228845
Internet address(es):
General address of the contracting authority: www.ncl.ac.uk
Address of the buyer profile: www.ncl-tenders.co.uk/suppliers
Electronic access to information: www.ncl-tenders.co.uk/suppliers
Electronic submission of tenders and requests to participate: www.ncl-tenders.co.uk/suppliers
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
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:
Buildings Works Measured Term Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKC22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 7
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 10 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
This contract is to establish a framework for the provision of measured term buildings and refurbishment works to be carried out in and around the University estate located near the centre of Newcastle upon Tyne.
The contract will be in the form of the JCT Measured Term Contract 2011 and will be based on the current edition of the National Schedule of Rates (NSR).
II.1.6)Common procurement vocabulary (CPV)
45300000, 45400000, 50700000, 51000000, 45000000
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
The contract is for the provision of Measured Term works and services as and when required by the University.
Estimated value excluding VAT: 10 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The contract may be extended for a period of 1 year by mutual agreement of the University and the framework agreement contractors.
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: 36 (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:
Deposits and guarantees may be required and if applicable, a parent company guarentee.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments will be made inaccordance the information contained in the tender documents.
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: no
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 detailed in the Prequalification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the Prequalification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the Prequalification Questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
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 minimum number 10: and maximum number 15
Objective criteria for choosing the limited number of candidates: As detailed in the Prequalification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
NU/0720
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: 8.11.2012 – 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.11.2012 – 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
30.11.2012
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 tenders
Date: 4.1.2013 – 14:00
Persons authorised to be present at the opening of tenders: no
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 01/08/2015
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
There are no specific projects in place for this framework agreement however over the course of the contract it may be used for projects and/or programmes financed by European Union funds as they arise.
To request the prequalification document please register for this tender on our etender system at
https://www.ncl-tenders.co.uk/suppliers. New suppliers to Newcastle University should initially register on the system before requesting the Prequalification Questrionnaire.
VI.4.3)Service from which information about the lodging of appeals may be obtained