By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

LU00482 - New Student Village Residences.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Loughborough University
Purchasing Office
For the attention of: Christine Vallis
LE11 3TU Loughborough
United Kingdom
Telephone: +44 1509222015
E-mail:

Internet address(es):

General address of the contracting authority: https://in-tendhost.co.uk/loughborouni/aspx/home

Electronic access to information: https://in-tendhost.co.uk/loughborouni/aspx/home

Electronic submission of tenders and requests to participate: https://in-tendhost.co.uk/loughborouni/aspx/home

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:
LU00482 - New Student Village Residences.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution

NUTS code UK,UKF22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The project compromises the construction of new bedrooms within the boundaries of the University campus to satisfy demand from new and returning students for hall places. Also part of the proposed development is the creation of sport- specific accommodation to secure Loughborough's place as a training centre for elite athletes through the provision of specialist accommodation.
The student rooms will have a similar design to existing accommodation on campus. There will be a mixture of en-suite rooms cluster flats with shared facilities. Rooms specifically designed for elite athletes will provide short term accommodation, including for athletes with disabilities. State-of-the-art nutritional facilities will also be incorporated into the scheme.
This project may form part of a longer term plan to replace outdated halls in the existing student village. This project is at an exploratory stage only and is subject to a full evaluation.
Key elements of the works are likely to include:
-
Relocation of some on site facilities and potentially service diversions
-
Demolition of some existing buildings
-
Creation of new site infrastructure (roads, pedestrian zones areas, landscape and recreation facilities, energy centre, mechanical and electrical services
-
Elite athlete accommodation (subject to funding)
-
Student athlete accommodation
-
Student accommodation and ancillary buildings
The proposed project start date is August 2017, with completion scheduled for September 2019.
II.1.6)Common procurement vocabulary (CPV)

45210000, 45262700, 45400000, 45300000, 45214000

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: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT: 35 000 000 GBP
II.2.2)Information about options
Options: no
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: 26 (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:
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:
In the event of a consortia bid, joint and several
liability will be required.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Please see tender documentation.
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 stated within the Pre-Qualification Questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As stated within the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: As stated within the Pre-Qualification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As stated within tender documentation.
Minimum level(s) of standards possibly required:
As stated within tender documentation.
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
competitive dialogue
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
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 yes
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:
LU00482
IV.3.2)Previous publication(s) concerning the same contract
no
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
26.10.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
14.11.2016
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 of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Strand
WC2A 2LL London
United Kingdom

VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
23.9.2016