Construction Work for University of Portsmouth
The new build will contain a mix of teaching spaces, office/admin areas, class 2 and class 3 laboratories, with some specialised research areas for health education and bioscience research facilities with an element of landscaping around the building.
United Kingdom-Plymouth: Construction work
2014/S 199-350965
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The University of Plymouth
Drake Circus
Contact point(s): Procurement and Sustainability
For the attention of: Stephen Gill
PL4 8AA Plymouth
UNITED KINGDOM
Telephone: +44 1752582057
E-mail: procurement@plymouth.ac.uk
Fax: +44 175288166
Internet address(es):
General address of the contracting authority: https://in-tendhost.co.uk/plymouthuni
Address of the buyer profile: www.plymouth.ac.uk/procurement
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
Main site or location of works, place of delivery or of performance: Plymouth Science Park, Derriford, Plymouth.
NUTS code UKK41
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)
There is also a possible option of the refurbishment of part of the existing John Bull Building in to postgraduate teaching facilities circa 400 m² with a project value of 700 000 GBP to 800 000 GBP; NB this element is dependent on gaining HEFCE funding and may or may not form part of the tender package. This will be confirmed at ITT stage. The refurbishment works would include a mix of full and light laboratory refurbishments to convert the space to Class 1 teaching laboratories and write-up areas.
The project is required to achieve a BREEAM rating of Excellent.
The project is intended to be completed in the third or fourth quarter of 2016
Procurement Route: the project will be awarded as a single stage design and build contract on the basis of GC Works 1 1998 including amendment 1 and as further amended by the contracting authority. The project includes some highly serviced laboratory areas including category 2 and 3 laboratories, the fit out of some of these areas which will be included as a defined provisional sum within the tender documents. The scope of the provisional sum will include the fit-out of these areas from shell and core and will be fully described in the tender documents.
II.1.6)Common procurement vocabulary (CPV)
45000000
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:
Range: between 7 750 000 and 9 000 000 GBP
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
Information and formalities necessary for evaluating if the requirements are met: All expressions of interest must be submitted on the University’s electronic tendering site:
https://in-tendhost.co.uk/plymouthuni
Legal position — means of proof required: signed certificate of good standing in accordance with regulation 23 of the Public Contracts Regulations 2006.
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Economic operators must be able to demonstrate that they have been trading for at least 3 years and that the turnover of the contracting company (not Parent Group) providing the service is not less than 3 times greater than the potential contract value per annum, i.e. 25 000 000 GBP.
Minimum levels of insurance deemed acceptable for this project will be 10 000 000 GBP Professional Indemnity and 10 000 000 GBP for Employers Liability and Public/Contractors Liability.
III.2.3)Technical capacity
In accordance with Regulation 23 of the Public Contracts Regulations SI 2006 and as set out in the Pre Qualification questionnaire.
Minimum level(s) of standards possibly required:
Economic operators must be able to demonstrate their experience of undertaking works of a similar nature and scope in relation to this project. Evidence of Quality Assurance processes. Evidence of Environmental Management processes. Evidence of Supply Chain Management processes.
Section IV: Procedure
IV.1.1)Type of procedure
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: It is expected that the five highest scoring compliant PQQ applications in accordance with the PQQ evaluation criteria and methodology will be invited to tender.
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
Section VI: Complementary information
VI.2)Information about European Union funds
VI.4.1)Body responsible for appeal procedures
University of Plymouth
Drake Circus
PL4 8AA Plymouth
UNITED KINGDOM
E-mail: procurement@plymouth.ac.uk
Internet address: http://www.plymouth.ac.uk
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: