Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 6th Jul 2023

Tender Details
Referenceocds-h6vhtk-03df59
Common Procurement VocabularyEngineering-design services for traffic installations
Procurement MethodOpen procedure
Value-
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 6th Jul 2023

Tender Details
Referenceocds-h6vhtk-03df59
Common Procurement VocabularyEngineering-design services for traffic installations
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

s.gault [at] ulster.ac.uk

Telephone

+44 2870123013

Country

United Kingdom

NUTS code

UKN - Northern Ireland

National registration number

NIC100166

Internet address(es)

Main address

www.ulster.ac.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://e-sourcingni.bravosolution.co.uk/web/login.shtml

Tenders or requests to participate must be submitted to the above-mentioned address

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

Project Management and Design Assurance Consultancy Services for FASTER Project NI

Reference number

project_27677

II.1.2) Main CPV code

  • 71322500 - Engineering-design services for traffic installations

II.1.3) Type of contract

Services

II.1.4) Short description

Project Management and Design Assurance Consultancy Services for FASTER Project NI

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Design Assurance and Project Management at the sites across Northern Ireland and outlined in the Procurement Documents

II.2.4) Description of the procurement

The FASTER Project has been awarded funding for the Project’s costs from the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body (SEUPB). The partnership will implement the physical rollout of 73 rapid charging stations in the programme area. The Project aims to ensure that the availability of charging stations is not a major obstacle to Electric Vehicle (EV)

market penetration with the proposal to carry out the design, analysis, procurement, installation, and operation of 73 Rapid Chargers across the three programme jurisdictions. There must be cross compatibility between the three jurisdictions which may be achieved using contactless card payments or other methods.

The FASTER Project is led by East Border Region Ltd. There are a total of seven project partners and 14 associate partners from across the three jurisdictions.

The following Project Partners will be directly involved in the planning and delivery of the overall Project:

1. East Border Region Ltd (EBR) (Lead partner)

2. Louth County Council (Procurement lead in R.O.I)

3. Dundalk Institute of Technology (DKIT)

4. Ulster University (Procurement lead in N.I.)

5. South West College

6. Highlands & Islands Transport Partnership (HiTRANS) (Procurement lead in Western Scotland)

7. University of Strathclyde

Other Associate Partners essential to the delivery of the overall project are:

1. Monaghan County Council

2. Cavan County Council

3. Leitrim County Council

4. Sligo County Council

5. Donegal County Council

6. Meath County Council

7. Sustainable Authority of Ireland (SEAI)

8. IT Sligo

10. Ards and North Down Borough Council

11. Newry Mourne and Down District Council

12. Mid-Ulster Council

13. Fermanagh and Omagh Council

14. Derry and Strabane Council

15. Belfast City Council

16. Mid Ulster Council

The University, as the Client for the design and build phase of the Project, is seeking a suitably qualified and experienced Economic Operator to design, construct and install up to 24, 50 kW rapid chargers (or equivalent output) for public use before handing over to the Councils, as the Clients on the operational phase. Ulster University is the Client for the Project Manager and Design Assurance contract (This Contract). For the Design, Build Operate contract being overseen, Ulster University and the Councils are the Client. Ulster University for the Design and Build Component until works completion and the Councils for the Operational phase. At 3 / 4 Works Completion, each Local Council will then assume the role of the Client for the EV Charge points within their own jurisdiction. The programme from this contract must break the sites into batches and ensure that the DBO Contractor installs a Sub-meter at each site and the sites are left commissioned and fully functional before moving to the next series of installations. The operational phase must also be agreed with each individual Council. Seventeen (17) site locations) have been identified by a vigorous methodology which will accommodate the 24 Charge points (10 Single Chargers and 7 Double Chargers – 24 EV Chargers total). In addition, 7 reserve sites have been identified as a contingency in case issues arise with any of the main site locations. (2 Single Chargers and 5 Double Chargers – 12 EV Chargers Total) maximum number of potential site locations, if all reserves are required equals twenty four (24).

All sites have sufficient electrical capacity for a behind the meter connection (confirmed by Northern Ireland Electricity Networks (NIEN). In a separate Competition the University is seeking to appoint on behalf of itself and the Clients a suitably qualified and experienced Design Build Operate Economic Operator for the complete design, construction and operation of up to 24 EV Chargers on separate sub-meters.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £70,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 September 2023

End date

5 December 2023

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

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

FASTER Project. A project supported by the European Union's INTERREG VA Programme, managed by the special EU Programmes Body (SEUPB)

II.2.14) Additional information

Tenderers should note that the previous competition for these services was abandoned, see (OJ S: 2023/S 101-318346 and FTS reference: 2023/S 000-014537). This is therefore a retender process.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

As stated in the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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.2.2) Time limit for receipt of tenders or requests to participate

Date

25 July 2023

Local time

3:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

25 July 2023

Local time

3:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3 JY

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public

Contracts Regulations 2015 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).