Construction Tenders

Tue May 21 2024

Related Information

Construction Contract Leads

South East

Category Works

Type

No. of Lots 1

Status Active

Published 11th Apr 2024

Tender Details
Referenceocds-h6vhtk-042964
Common Procurement VocabularyConstruction work for university buildings
Procurement MethodRestricted procedure
Value£300,000,000
More Tenders »

South East

Category Works

Type

No. of Lots 1

Status Active

Published 11th Apr 2024

Tender Details
Referenceocds-h6vhtk-042964
Common Procurement VocabularyConstruction work for university buildings
Procurement MethodRestricted procedure
Value£300,000,000

Section I: Contracting authority

I.1) Name and addresses

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Contact

Ian Husson

Email

tenders [at] gre.ac.uk

Telephone

+44 2083318611

Country

United Kingdom

NUTS code

UKJ - South East (England)

Internet address(es)

Main address

https://www.delta-esourcing.com

Buyer's address

www.gre.ac.uk

I.3) Communication

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

https://www.delta-esourcing.com/

Additional information can be obtained from the above-mentioned address

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

Construction work for university buildings

Reference number

783342554

II.1.2) Main CPV code

  • 45214400 - Construction work for university buildings

II.1.3) Type of contract

Works

II.1.4) Short description

The University is implementing major works framework to undertake strategic projects across the estate, situated in London and SE England. Comprising of refurbishment, rebuild and new build. The University's estate occupies 3 working campuses and associated satellite sites and comprises of a mix of properties including Scheduled Monuments, Listed buildings, buildings of various ages and construction. Projects may include basement works, demolition, decommissioning, etc. The University is aiming to appoint 3 to 5 suppliers on the framework, over a duration of four years. Individual call-offs awarded under the framework may be for a duration beyond the framework expiry date. The framework will include services such as, but not limited to PCSA, Enabling Works, Build Contract, Surveys, etc. The framework will cater for various forms of contract, e.g. JCT.

II.1.5) Estimated total value

Value excluding VAT: £300,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45214400 - Construction work for university buildings
  • 45210000 - Building construction work
  • 45214000 - Construction work for buildings relating to education and research
  • 45212350 - Buildings of particular historical or architectural interest
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 45000000 - Construction work
  • 45111000 - Demolition, site preparation and clearance work
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45220000 - Engineering works and construction works
  • 45231000 - Construction work for pipelines, communication and power lines
  • 45300000 - Building installation work
  • 51000000 - Installation services (except software)
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71220000 - Architectural design services
  • 71310000 - Consultative engineering and construction services
  • 71320000 - Engineering design services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71322000 - Engineering design services for the construction of civil engineering works
  • 71540000 - Construction management services

II.2.3) Place of performance

NUTS codes
  • UKJ - South East (England)
Main site or place of performance

SOUTH EAST (ENGLAND)

II.2.4) Description of the procurement

A framework for major works for undertaking strategic projects, including but not limited to PCSA, Enabling Works, Build Contract, refurbishment, Surveys, basement works, demolition, decommissioning, etc. The estate comprises of a mix of properties including Scheduled Monuments, Listed buildings and a variety of buildings of various ages and construction. Works under this framework are expected to be in the value range of 50,000,000 GBP to 250,000,000 GBP. The framework will be for a duration of four years. Individual call-offs awarded under the framework may be for a duration beyond the framework expiry date.

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: £300,000,000

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

Duration in months

48

This contract is subject to renewal

No

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

Envisaged number of candidates: 10

Objective criteria for choosing the limited number of candidates:

As set out in the Selection Questionnaire

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


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

Bidders will be required to evidence their professional capability and financial standing

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

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As stated in the procurement documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

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 000-037765

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

Date

7 May 2024

Local time

5:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

20 May 2024

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: 6 (from the date stated for receipt of tender)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

To view this notice, please click here:

https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=841468860

GO Reference: GO-2024410-PRO-25736643

VI.4) Procedures for review

VI.4.1) Review body

University of Greenwich

Old Royal Naval College, Park Row, Greenwich

London

SE10 9LS

Email

tenders [at] greenwich.ac.uk

Telephone

+44 2083318000

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

CEDR

London

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

The review process if applicable will be set out in the tender documents