New Build Contract Coleraine
Ulster University New Teaching Block, Magee campus.
United Kingdom-Coleraine: Building construction work
2015/S 088-158030
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
University of Ulster
Block X Room X031, Cromore Road
Contact point(s): https://e-sourcingni.bravosolution.co.uk/web/login.shtml
For the attention of: Todd Andy
BT52 1SA Coleraine
UNITED KINGDOM
Telephone: +44 2870124515
E-mail: a.todd@ulster.ac.uk
Internet address(es):
General address of the contracting authority: http://www.ulster.ac.uk/
Address of the buyer profile: https://e-sourcingni.bravosolution.co.uk/web/login.shtml
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
Execution
Main site or location of works, place of delivery or of performance: Magee campus / Londonderry.
NUTS code UKN01
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 0 and 0 GBP
II.1.5)Short description of the contract or purchase(s)
The project is located on Ulster Universitys Magee Campus and involves the construction of a new 4 storey Teaching Block adjoining the existing campus Library building. The existing Library will remain in operation throughout the construction works.
The new build will be located on a sloping site and have a floor area of approx. 3 900 m2 (GIA). The building will be constructed from a steel frame with reinforced and composite slabs and will be clad in curtain walling and brick.
There will be an 18 month build programme.
II.1.6)Common procurement vocabulary (CPV)
45210000, 45214000, 45213000, 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:
Estimated value excluding VAT: 7 700 000 GBP
II.2.2)Information about options
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
Description of particular conditions: Requisite insurances will have to be obtained and appropriate forms of security may have to be put in place prior to any contract award.
The award of a contract will be subject to external funder approval.
Further details shall be provided in the Memorandum of Information and Pre-Qualification Questionnaire Documentation available from the contact point above and the Invitation to Tender documentation to be issued to those candidates who qualify for the tendering stage of the competition.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the Memorandum of Information and Pre-Qualification Questionnaire Documentation.
III.2.3)Technical capacity
Candidates shall be assessed in accordance with the Public Contracts Regulations 2015, on the basis of information provided in response to the Pre-Qualification Questionnaire Documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire documents are to be submitted to the Contracting Authority by the date specified in the PQQ.
Minimum level(s) of standards possibly required:
As set out in the Memorandum of Information and Pre-Qualification Questionnaire Documentation.
III.3.1)Information about a particular profession
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: Legal compliance; economic/financial standing; technical and/or professional ability/capacity. Further information is available in the Memorandum of Information and in the Pre-Qualification Questionnaire Documentation.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
Project Code: project_20916
PQQ Code: pqq_3451
ITT Code: itt_28951
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.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Authorised officers of the contracting authority and external advisors.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Re II.2.1 above, this is an estimated range only. The Contracting Authority reserves the right to award a contract for a higher or lower amount.
Re: Section IV.1.2 above, it is anticipated that a minimum of five economic operators will be invited to tender based on the objective criteria specified in the Memorandum of Information and the Pre-Qualification Questionnaire documentation (available from the contact point referred to above). Where there is a tie for 5th place in the scoring, then all Economic Operators tied in 5th place will be shortlisted and invited to tender. For the purposes of this exercise, a tie for 5th place shall be deemed to occur where two or more economic operators have identical scores or a score within 1 mark (out of a score of 100) of the 5th place score.
The Contracting Authority intends to use an eTendering system in this procurement exercise. To register your company and express an interest in this contract visit the eSourcing NI portal managed by BravoSolution: (https://e-sourcingni.bravosolution.co.uk/web/login.shtml) and follow the online instructions.
The Contracting Authority reserves the right to include social clauses within the contract.
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: