Works - 211883-2016

Display compact view

22/06/2016    S119

United Kingdom-Luton: Construction work for university buildings

2016/S 119-211883

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: University of Bedfordshire
Postal address: University Square
Town: Luton
Postal code: LU1 3JU
Country: United Kingdom
Contact person: Procurement, https://in-tendhost.co.uk/universityofbedfordshire/aspx/Home
E-mail: central-purchasing@beds.ac.uk

Internet address(es):

General address of the contracting authority: www.beds.ac.uk

Address of the buyer profile: https://in-tendhost.co.uk/universityofbedfordshire/aspx/Home

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 authority
Other
I.3)Main activity
Education
I.4)Contract award on behalf of other contracting authorities
The 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:
Science Building (Luton Campus).
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Luton Campus.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Project to appoint primary contractor for the design/build of new science building at the Luton Campus. Part 1 of 2 Stage procurement process under which the appointed primary contractor will appoint all sub-contractors for work packages.
II.1.6)Common procurement vocabulary (CPV)

45214400 Construction work for university buildings, 71200000 Architectural and related services, 71315200 Building consultancy services, 45112700 Landscaping work

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
The University wishes to appoint a contractor under a 2 stage design and build process for the design and construction of a new build, multi-use Science building located at the University's Luton Campus; and which will improve and enhance the teaching and research capabilities of the University's Campus. The works required also include external landscaping, relocation of existing incoming site wide services and other ancillary works.
The contractor appointed will initially be appointed under a pre-construction services agreement to carry out the pre-construction services stage (the 1st stage) including confirming the total price for the subsequent construction works (the second stage). In the 2nd stage, the University anticipates appointing the contractor to complete the Stage F design of the new building, complete the required sub-contractor tendering for the project, and undertake the construction works. It is anticipated that the University will also novate the appointment of some of the members of the design team to the appointed contractor.

Further information is included in the procurement documentation which can be accessed from https://in-tendorganiser.co.uk/universityofbedfordshire/aspx/ITLogin.aspx

Estimated value excluding VAT: 20 000 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 57 and 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 off the Public Contract Regulations 2015 and as set out in the procurement documents which are available athttps://in-tendorganiser.co.uk/aspx/ITLogin.aspx

III.2.2)Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: In accordance with Article 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulation 58 of the Public Contract Regulations 2015 and as set out in the procurement documents which are available from https://in-tendorganiser.co.uk/universityofbedfordshire/aspx/ITLogin.aspx

Minimum level(s) of standards possibly required: As set out in the procurement documents which are available from:

https://in-tendorganiser.co.uk/universityofbedfordshire/aspx/ITLogin.aspx

III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:

In accordance with Article 58 of Directive 2014/24/EU of the European Parliament and of the Council and Regulation 58 of the Public Contract Regulations 2015, and as set out in the procurement documents which are available from https://in-tendorganiser.co.uk/universityofbedfordshire/aspx/ITLogin.aspx

Minimum level(s) of standards possibly required:

As set out in the procurement documents which are available from https://in-tendorganiser.co.uk/univerdsityofbedfordshire/aspx/ITLogin.aspx

III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5

Objective criteria for choosing the limited number of candidates: As set out in the procurement documents which are available from https://in-tendorganiser.co.uk/universityofbedfordshire/aspx/ITLogin.aspx

IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The 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 auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

Notice number in the OJEU: 2016/S 038-061117 of 24.2.2016

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 12.7.2016
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
13.7.2016
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.7.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The University anticipates making the appointment of the preferred contractor to carry out the pre-construction stage services on or around 21.9.2016, but reserves the right to amend this timetable at the University's discretion.

Requests to participate must be made by completion of a Pre-Qualification Questionnaire (PQQ). The PQQ is available from https://in-tendorganiser.co.uk/universityofbedfordshire/aspx/ITLogin.aspx

The University reserves the right to discontinue the procurement process at any time, which shall include the right not to award contract(s), and does not bind itself to accept the lowest tender, or any tender received, and reserves the right to award contracts in part, or to call for new tenders should it consider this necessary.
The University shall not be liable for any costs or expenses incurred by any candidate in connection with the completion and return of the information requested in this contract notice, or in participating in this procurement process, irrespective of the outcome of the competition or if the competition is cancelled or postponed.
All dates, time periods and values specified in this notice are provisional and the University reserves the right to change these.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: University of Bedfordshire
Postal address: University Square
Town: Luton
Postal code: LU1 3JU
Country: United Kingdom

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The University will incorporate a standstill period from the date when information on the award of contract(s) is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenders to take any action they deem necessary should they feel aggrieved, before any contract ids entered into. Part 3 of the Public Contract Regulations 2015 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England and Wales). Any such action must be brought within applicable limitation periods.
VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: Crown Commercial Services
Postal address: Capital Building, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom

VI.5)Date of dispatch of this notice:
17.6.2016