Construction Work Leicester
University of Leicester, engineering building – ED120010.
UK-Leicester: construction work
2012/S 68-111624
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
University of Leicester
University Road
Contact point(s): Source a copy of the PQQ via the following link https://in-tendhost.co.uk/universityofleicester/
For the attention of: Anthony Midgley
LE1 7RH Leicester
UNITED KINGDOM
Telephone: +44 1162522058
E-mail: acm26@leicester.ac.uk
Internet address(es):
General address of the contracting authority: http://www2.le.ac.uk/
Address of the buyer profile: n/a
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)
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: UK.
NUTS code UKF21
The requirements for these works are in response to extensive maintenance issues, poor occupancy comfort, and a building which demands significant resources from the Estates team.
The most obvious issues that have been identified with the performance of the existing envelope are: temperature control (overheating in the summer under heating, drafts & high energy use in winter), leaks (uncontrolled ingress of both water and air and undersized roof drainage), and lack of access (no safe means of access to the majority of the envelope).
The buildings poor performance is a principle concern of the University, extending beyond the renewal of building fabric that is part all buildings life cycles: the Engineering Department was cheaply built, many of its technical details were ill considered, so that it performs poorly and requires high maintenance.
The contracting authorities requirements are therefore much wider than the simple repair and upgrade of the roof and glazed walls, but requires the development of solutions that renew the building as a better teaching facility, that requires less manpower and fewer energy resources from the Estates Department, and which also delivers to the heritage lobby the building in a state that they will accept. It is anticipated that the main building contract for the works will be developed in 2 phases, with phase 1 being the laboratory block and phase 2 being the workshop, however this will be developed by the successful contractor. The current project programme states the completion of phase 1 in November 2013 and phase 2 in November 2014.
An essential aspect of this project is to keep the Department of Engineering fully operational whilst the proposed works to replace the roof and wall glazing takes place. It is anticipated that the replacement works will be significantly invasive and disruptive to the departments operations.
Prior to the commencement of the glazing replacement, a significant enabling works package must be developed by the successful contractor. It is anticipated that as the re-glazing works take place many, if not all services, will be compromised by the works. It is therefore anticipated that a survey of the services affected by the proposals will need to be prepared. With this, and an understanding of the re-glazing construction sequence, existing services will need to be isolated, relocated and adjusted to allow both the works to take place, but also to keep the operation functionality of the building in place for the users.
It is likely that the contractor will be appointed following a two stage design & build procurement process. Due to the specialist nature of the glazing works and project specific logistical and installation methodology that will be required (occupied buildings during the works contract), the contracting authority requires a specialist main contracting team which will provide a single point of responsibility for design, programme, delivery, quality and performance of the works.
It is desirable that the procurement of a main contractor, who would bring with them an experienced supply chain including facade contractors and temporary works contractors, would allow the glazing works, enabling works and temporary works packages to be all worked up competitively in parallel and the interfaces between these packages managed by the main contractor.
The approximate total area of the roof glazing is 4,500 m2, with circa 1 150m2 of vertical glazing. The GIFA of the building is circa 4,000m2.
Planning submission for the scheme is targeted for April 2012.
The professional team has had extensive discussions with English Heritage and have developed an approach to the historic building. These discussions leads the team to believe that the proposed works for the core project – i.e. the replacement of the glass roof and external walls – which will be submitted for listed building approval, will receive the support of the officers of the City, of English Heritage and of the 20th Century Society. The final decision does, however, rest with Leicester City Councils planning committee and a formal response from English Heritage.
There is no requirement for the building to achieve Breeam. Funding for the scheme has been secured.
In summary the successful contractor would need to acknowledge and consider the following key aspects of the project and of the Contract:
— Need to develop an enabling works package and associated temporary works design,
— Need for the consideration of construction phasing and sequencing taking into account the live, restricted nature of the site,
— Development of detailed design,
— Development of a detailed project and construction programme,
— Competitive procurement including specialist glazing system supplier,
— Development of the mechanical and electrical design,
— Compliance with third parties,
— Need for the University/Department to remain in operation during the course of the works.
As noted, it is anticipated that the contractor will be appointed following a two stage design and build process.
The successful contractor will join the team (along with his supply chain including specialist facade contractors and temporary works contractors) and provide pre-construction services under an agreement such as the JCT pre-construction services agreement (PCSA). The contractor shall work with the professional team to plan, design, procure and competitively tender the works which will result in the provision of a lump sum contract price.
Upon the successful completion of the pre-construction services, and in the event that the contractors second stage tender is accepted, it is the intention of the contracting authority to then enter into contract for the main works, this contract form is anticipated to be the JCT 2011 Design & Build Contract. For the avoidance of doubt, nothing in the PCSA shall be construed as a binding obligation to enter into the main building contract with the contractor. No compensation will be due from the contracting authority to the contractor either in respect of any work which has been performed or in respect of the termination of the PCSA. In particular, the contractor will have no claim against the contracting authority for breach or loss of contract, loss of profit, loss of expectation or otherwise arising from the failure to enter into the main building contract.
The contractor will be expected to take full design responsibility for the works outlined within their proposals.
Contract amendments are to be proposed and will be issued during the tender process. Tendering contractors will be expected to confirm acceptance of these terms prior to entering into contract.
The anticipated date for contractor award to commence the first stage pre-construction services is June 2012.
The anticipated main contract duration is in the region of 23 months.
The existing professional team includes:
— Berman Guedes Stretton – architect,
— Bidwells – project manager,
— ARUP – consulting engineer – facade, structure, services,
— CDM-C – Davis Langdon, An AECOM Company,
— Cost Management – Davis Langdon, An AECOM Company.
It is unlikely that the existing designers will be novated.
45000000
Estimated value excluding VAT:
Range: between 10 000 000 and 13 000 000 GBP
Description of these options: Details of the extent of mechanical and electrical works are to be determined. Changes to the scope will affect the estimated value of the contract.
Section III: Legal, economic, financial and technical information
Description of particular conditions: All described within the tender documents.
Identification of the contractor tendering for this project and relevant head office location. Provide company structure clearly identifying ultimate parent company and company tendering for this project. Provide examples of the management and technical resources available which could be applied to projects of this nature.
Demonstrate companys experience/track record of work on similar projects. Provide details of similar relevant specialist, high value facade installations (replacement or new build installations acceptable) undertaken in the last 8 years.
Demonstrate companys experience of working on constrained sites, occupied during the course of the works.
Demonstrate companys experience of working with public bodies, such as Universities.
Demonstrate awareness of environmental impact on issues in design and construction.
Provide a statement to the contractors competence to act as principle contractor.
Provide proof of quality assurance certification and procedures.
Conditions for participation are further outlined within the pre-qualification questionnaire (available 4.4.2012 via In-Tend), a copy of which is to be requested by the request to participate deadline. This will be accompanied by the University of Leicester PQQ evaluation process guide, which provides the evaluation criteria and weighting.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: All described within the PQQ documents.
Section VI: Complementary information
Refer to VI.4.3
UNITED KINGDOM