University of Bristol Construction Work – Appointment of Main Contractor
Appointment of main contractor to deliver a new lecture theatre building for the University of Bristol.
United Kingdom-Bristol: Construction work for university buildings
2019/S 062-142968
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
4th Floor, Augustine’s Courtyard, Orchard Lane
Bristol
BS1 5DS
United Kingdom
Telephone: +44 1173318187
E-mail: aw14701@bristol.ac.uk
NUTS code: UKK11
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Construction of St Michael’s Hill Lecture Theatres
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Appointment of main contractor to deliver a new lecture theatre building for the University of Bristol.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
University of Bristol precinct.
II.2.4)Description of the procurement:
The University of Bristol requires a main contractor to construct a new lecture theatre building within the Clifton precinct. The building will:
— house 3 separate lecture theatres seating 300/150/90, plus 60 study spaces,
— be on 4 levels,
— involve a concrete frame with structural steel trusses,
— be clad in stone, metal and glass,
— have a bio-diverse roof with PV panels,
— be passively ventilated, supplemented by mechanical AHU’s and air source heat pumps,
— externally be landscaped and lit to encourage pedestrian access throughout the year.
The BREEAM target is “Excellent” under 2018 regulations.
The aim is to appoint a main contractor in 1Q 2020, with a start on site in 2Q20 and the building to be in operation in 2022.
A detailed planning application was submitted in March 2019.
The site contains a number of constraints and interested contractors must be able to demonstrate capability in successful delivery on similar sites.
The procurement will follow the Restricted procedure, further explained here:
1) Any economic operator may submit a request to participate in this procurement by responding to the qualitative selection criteria. These criteria are based on the PAS91 Construction Pre-qualification Questionnaire, plus additional University of Bristol supplementary questions requiring suppliers to demonstrate previous experience of delivering similar projects;
2) Following its assessment of the information provided (in line with the criteria set out in the documents), the University will issue an Invitation to Tender to the highest scoring suppliers;
3) The invitation to tender will be a single-stage tender (following completion of RIBA Stage 4 by the design team), with the invitation including full details of the project;
4) Responses to the ITT will be evaluated to determine the most economically advantageous tender, based on the award criteria set out in the ITT.
The University is currently progressing detailed design and intends to issue invitations to tender following completion of RIBA Stage 4 in October 2019, to those suppliers shortlisted following this PQQ stage.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Contractors must demonstrate prior experience of successfully delivering similar facilities.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.4.1)Review body
London
United Kingdom
VI.5)Date of dispatch of this notice: