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 authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe 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 performanceWorks
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 agreementFramework 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)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants 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 optionsOptions: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completionDuration 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 conditionsThe 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 registersInformation and formalities necessary for evaluating if the requirements are met: As per pre-qualification document.
III.2.2)Economic and financial abilityInformation 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 capacityInformation 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 professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal 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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged 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 dialogueRecourse 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 criteriaThe 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 auctionAn 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 contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime 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 participate16.4.2012
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates1.10.2012
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tendersDate: 16.4.2012
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe 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