By browsing our site you agree to our use of cookies. You will only see this message once. Find out more
We regret to inform you that we have ceased publication of current announcements.
Unitedkingdom-tenders.co.uk domain is for sale. Please contact us.

Five NEUPC member institutions in the North-East of England have established a Framework Agreement for Major Works Construction Contractors. This collaboration is between Newcastle University, Durham University, The University of Northumbria, The ...

Contract award notice

Results of the procurement procedure

Works

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
NEUPC Ltd
Innovation Centre, 103 Clarendon Road
Leeds
LS2 9DF
United Kingdom
Contact person: Gregory Barnes
Telephone: +44 1133443960
E-mail:
NUTS code: UKE42

Internet address(es):

Main address: http://www.neupc.ac.uk

I.2)Joint procurement
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Major Construction Framework Agreement.

Reference number: EFM2019NE
II.1.2)Main CPV code
45000000
II.1.3)Type of contract
Works
II.1.4)Short description:

Five NEUPC member institutions in the North-East of England have established a Framework Agreement for Major Works Construction Contractors. This collaboration is between Newcastle University, Durham University, The University of Northumbria, The University of Sunderland and Teesside University. The agreement facilitates works over the value of 4 104 394 GBP (OEJU Threshold) to 30 000 000 GBP and above. The scope of works will include University and public buildings suitable for the progressive agenda pursued by the institutions.

The bodies that may utilise this agreement include:

Newcastle Science Central LLP.

Newcastle University.

Durham University.

The University of Sunderland.

Teesside University.

Northumbria University.

II.1.6)Information about lots
This contract is divided into lots: no
II.1.7)Total value of the procurement (excluding VAT)
Value excluding VAT: 750 000 000.00 GBP
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKC1
NUTS code: UKC2
II.2.4)Description of the procurement:

The Major Construction Framework agreement shall encompass construction activities for the five member institutions of the NEUPC that are based in the North East of England, namely Newcastle, Durham, Sunderland,Northumbria, and Teesside Universities. Projects will be varied in nature but focus on Higher Education environments including Teaching, Conferencing, Sport, Laboratory, and lecture environments.

II.2.5)Award criteria
Quality criterion - Name: Framework / Weighting: 15
Quality criterion - Name: Project Delivery / Weighting: 45
Price - Weighting: 40
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Projects undertaken by suppliers appointed to this framework agreement may include those funded by EU funds.
II.2.14)Additional information

Any commissions under this contract or framework maybe subject to external funding from bodies such as Arts Council, ERDF, Heritage Lottery Fund, LEP etc and the successful suppliers will be expected to work with the Universities / University on any funding applications where appropriate. Th.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 243-442763
IV.2.8)Information about termination of dynamic purchasing system
IV.2.9)Information about termination of call for competition in the form of a prior information notice

Section V: Award of contract

Title:

Main Contractor - Single Lot

A contract/lot is awarded: yes
V.2)Award of contract
V.2.1)Date of conclusion of the contract:
01/08/2017
V.2.2)Information about tenders
Number of tenders received: 12
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 12
The contract has been awarded to a group of economic operators: yes
V.2.3)Name and address of the contractor
Clugston Construction Limited
Scunthorpe
DN15 8QT
United Kingdom
NUTS code: UKC1

Internet address:http://www.clugston.co.uk/group/contact-us/

The contractor is an SME: no
V.2.3)Name and address of the contractor
Sir Robert McAlpine
Tyne House, 26 Side
Newcastle-Upon-Tyne
NE13JD
United Kingdom
NUTS code: UKC2
The contractor is an SME: no
V.2.3)Name and address of the contractor
BAM Construction Limited
3125 Century Way, Thorpe Park
Leeds
LS15 8ZB
United Kingdom
NUTS code: UKE42
The contractor is an SME: no
V.2.3)Name and address of the contractor
Bowmer & Kirkland Limited
Alexander House, 1 Mandarin Road, Rainton Bridge Business Park
Sunderland
DH4 5RA
United Kingdom
NUTS code: UKC23
The contractor is an SME: no
V.2.3)Name and address of the contractor
Robertson CE Limited
Level 4, West Tower Baltic Place, S Shore Rd
Gateshead
NE8 3AE
United Kingdom
NUTS code: UKC21
The contractor is an SME: no
V.2.3)Name and address of the contractor
Galliford Try Building Ltd (North East and Yorkshire)
Parsons House Parsons Road Washington Tyne and Wear
Washington
NE371EZ
United Kingdom
NUTS code: UKC2
The contractor is an SME: no
V.2.4)Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: 750 000 000.00 EUR
Total value of the contract/lot: 750 000 000.00 EUR
V.2.5)Information about subcontracting

Section VI: Complementary information

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Crown Commercial Service
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
16/08/2017