University of Ulster, Greater Belfast Development, Site B, Belfast.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

University of Ulster
Room X032 Cromore Rd, Co Londonderry
Contact point(s): www.ulster.ac.uk/etendering/
For the attention of: Donal Quinn
BT52 1SA Coleraine
UNITED KINGDOM
Telephone: +44 2870123365
E-mail:
Fax: +44 2870124933

Internet address(es):

General address of the contracting authority: www.ulster.ac.uk

Address of the buyer profile: www.ulster.ac.uk/etendering/

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:
University of Ulster, Greater Belfast Development, Site B, Belfast.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: Coleraine.

NUTS code UKN01

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with a single operator

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT:
Range: between 15 000 000 and 20 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Construction of approximately 8 000 m² nine storey frame University education facility connected to an existing 5 storey building, including reconfiguration of approximately 2 600 m² across all floors of the existing building, associated siteworks, services, enabling works and University occupant movements.
Works will also include the development of Contractor proposed efficiencies and implementation of the Client agreed efficiencies. The University may also procure other development works under this framework agreement.
II.1.6)Common procurement vocabulary (CPV)

45000000, 45100000, 45200000, 45300000, 45400000, 45500000, 48000000, 50700000, 51000000, 55500000, 65000000, 71500000, 44000000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Between 15 000 000 and 20 000 000, currency: GBP.
Estimated value excluding VAT:
Range: between 15 000 000 and 20 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 18 (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:
A parent company guarantee, performance bond or other form of security may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The Main Contractual terms are detailed in GC/Works/1 (as amended by the Contracting Authority). This will be provided to all bidders invited to submit a tender for the Contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint & several liability.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Execution of the contract is subject to agreement of a suitable design and costs with the Client prior to proceeding with construction.
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 per pre-qualification document.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As per pre-qualification document.
Minimum level(s) of standards possibly required: As per pre-qualification document.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As per pre-qualification document.
Minimum level(s) of standards possibly required:
As per pre-qualification document.
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: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The criteria which will be used to assess the suitability of candidates and to limit the number invited to tender will be:
Technical capacity, resources and references health & safety equal opportunities environmental & quality management, eligibility, professional conduct exclusion, economic and financial standing.
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 no
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:
PR/100601-2012
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 16.4.2012
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.4.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
1.10.2012
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 tenders
Date: 16.4.2012
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
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:
2.3.2012