Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 18th Sep 2023

Tender Details
Referenceocds-h6vhtk-03ee4f
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-
More Tenders »

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 18th Sep 2023

Tender Details
Referenceocds-h6vhtk-03ee4f
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

d.quinn [at] ulster.ac.uk

Telephone

+44 2870123760

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

JSV Sports Extension Works

Reference number

project_27573

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

JSV Sports Extension Works

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45100000 - Site preparation work
  • 45300000 - Building installation work
  • 45400000 - Building completion work

II.2.3) Place of performance

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

Jordanstown Sports Village, Shore Rd, Newtownabbey, BT37 0QB

II.2.4) Description of the procurement

Ulster University is seeking to procure a contract for the Extension Works to the High Performance Centre (HPC) located within the Jordanstown Sports Village (JSV).

This contract will consist of 2no. sections of works.

Section 1 will provide circa 2,500sqm of additional accommodation to supplement the existing High Performance Centre located within the Jordanstown Sports Village. The building will sit within the current car park to the west of the existing facility and will connect into the HPC building at two points on the ground floor and 1 point on the first floor. The additional accommodation includes a gym, fitness studios, teaching spaces, changing rooms, catering facility and a new reception area. Works will also require the provision of mechanical and electrical building services and ground works.

The fully constructed building is to be operational by the Summer of 2025.

Section 2 will remove the existing 3G surface within the Sports Hall located within the HPC building and replace with a Timber Sprung wooden floor, installation of 2no. new division curtains and creation of new openings into the Sports Hall. It is envisaged this work will occur over the Summer of 2025 completing in advance of the start of the academic year (September 2025).

The design is being progressed by the University appointed consultants up to and including RIBA Stage 4. The project will be delivered to BREEAM Excellent.

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: £8,050,250

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

Duration in months

30

This contract is subject to renewal

No

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 5

Objective criteria for choosing the limited number of candidates:

Pre-Qualification Questionnaire (PQQ)

It is anticipated that, subject to a sufficient number of compliant and satisfactory responses being received, a maximum of five (5) Economic Operators plus ties (if applicable and as detailed further below) who meet the requirements stated in the PQQ Documentation and:

• who receive a total overall weighted score of 45 or more for their response to PQQ – Part E (in relation to technical or professional ability); and

• who achieve the five highest total overall weighted scores for their responses to PQQ Part E (in accordance with Section 5.4 of the PQQ Documentation)

will be invited to submit tenders.

Where there is a tie for a shortlisted place, then all tied Economic Operators in that tied position will be invited to tender. A tie is deemed to occur where two or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100). For example, if two Economic Operators are tied in fourth place, both Economic Operators would be shortlisted, and the fifth placed Economic Operator would not be shortlisted.

Notwithstanding that the University anticipates selecting a maximum of five Economic Operators to progress to the tendering stage, it reserves the right to select less.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

It is anticipated the Contract duration will be up to eighteen (18) months during the initial construction period and twelve (12) months for the defects liability period. Therefore, the total Contract duration will be approximately thirty (30) months.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


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

Restricted 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-023248

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

Date

19 October 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)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The University welcomes interest from all capable potential providers to submit a response to the pre-qualification questionnaire (PQQ). However, interested parties are advised that they must ultimately satisfy the minimum requirements of the initial PQQ selection criteria that is be set out in the procurement documents, in order to be considered for shortlisting to proceed to the next stage, invitation to tender (ITT) award criteria of the procurement process.

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 3JY

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).