Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 5th Jan 2024

Tender Details
Referenceocds-h6vhtk-042ae4
Common Procurement VocabularyQuantity surveying services
Procurement MethodOpen procedure
Value£1,300,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 5th Jan 2024

Tender Details
Referenceocds-h6vhtk-042ae4
Common Procurement VocabularyQuantity surveying services
Procurement MethodOpen procedure
Value£1,300,000

Section I: Contracting authority

I.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

a.gray [at] ulster.ac.uk

Telephone

+44 2870124227

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

Cost & Commercial Management Services

Reference number

27963

II.1.2) Main CPV code

  • 71324000 - Quantity surveying services

II.1.3) Type of contract

Services

II.1.4) Short description

Cost & Commercial Management Services

II.1.5) Estimated total value

Value excluding VAT: £1,300,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71240000 - Architectural, engineering and planning services
  • 71244000 - Calculation of costs, monitoring of costs

II.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland

II.2.4) Description of the procurement

Cost & Commercial Management Services for the Centre for Digital Healthcare Technology [CDHT], Cognitive Analytics & Digital Robotics Innovation Centre [CADRIC], Teaching & Students Centre [Shared Ireland funded] and School of medicine [SOM] with an allowance within the Contract value for Studio Ulster [SU] and Centre For Food & Drug Discovery [CFDD], for ad hoc cost and commercial support when scope becomes clear.

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: £1,300,000

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

Duration in months

72

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: No

II.2.14) Additional information

The estimated value above includes the initial 4 projects with allowance for SU & CFDD for ad hoc CCM support when scope becomes clear, however the University cannot guarantee the value or volume of business under this contract. The University reserves the right to modify this contract under Reg 72(1)(a) of the Public Contract Regulations 2015 in event of differing spend due to unforeseen events.


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

5 February 2024

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

5 February 2024

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

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended.

UK

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

UK

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).

VI.4.4) Service from which information about the review procedure may be obtained

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

UK

Country

United Kingdom