Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Official name: Design and Build Principal Contractor for Construction of new STEM (Science, Technology, Engineering and Mathematics) Teaching Centre
Postal address: Senate House
Town: Guildford
Postal code: GU2 7XH
Country: United Kingdom
Contact person: https://in-tendhost.co.uk/universityofsurrey/asp/home.asp
E-mail: tenders@surrey.ac.uk
Internet address(es):
General address of the contracting authority: www.surrey.ac.uk
Address of the buyer profile: https://in-tendhost.co.uk/universityofsurrey/asp/home.asp
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 authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Design and Build Principle Contractor for Construction of New STEM (Science Technology, Engineering and Mathematics) Teaching Centre.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Design and execution
Main site or location of works, place of delivery or of performance: Guildford, Surrey.
NUTS code UKJ23 Surrey
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)
The University of Surrey intends to expand its Faculties of Engineering and Physical Studies and Health and Medical Sciences which will involve the construction of one new academic building on its Stag Hill campus in Guildford. The building will contain Laboratories, Communal Areas, Offices and general support space for the unit.
The total floor area of the 3 floors will be around 2 300 m² with a construction value of around 5 300 000 GBP.
Construction is intended to commence in July 2015 with completion of the building by May 2016. This particular requirement is for the provision of a design and build principal contractor. After the return of pre-qualification questionnaires (PQQs) referred to in this Notice, a short-list of suitably qualified contractors will be drawn-up by the University based on the criteria detailed in the PQQ. The selection of the contractor for the Project will be based on the result of a competitive tender for design and build works,
together with the evaluation of other criteria which will be detailed in the Invitation to Tender document made available to the short-listed contractors.
II.1.6)Common procurement vocabulary (CPV)45214000 Construction work for buildings relating to education and research, 45214400 Construction work for university buildings, 45214610 Laboratory building construction work
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
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:
A performance bond and a parent company guarantee will be required. Details will be included in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments by the Employer will be made within 28 days.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: The scope of the project will be subject to funding and approval. The University reserves the right not to award a contract. Particular amendments to the standard conditions of contract will be detailed within the tender document.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As per PQQ.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As per PQQ.
Minimum level(s) of standards possibly required: Minimum turnover of 70 000 000 GBP per year and minimum professional indemnity insurance cover of 10 000 000 GBP per occurrence or series of occurrences. Limitation of liability will not be permitted.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As per PQQ.
Minimum level(s) of standards possibly required:
Participants must employ suitably qualified design coordinators for building works and services installations.
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 procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged minimum number 5
Objective criteria for choosing the limited number of candidates: As per PQQ.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe 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 auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
P31271-STEM-PC
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 30.1.2015
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate6.2.2015
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates20.2.2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
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 recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:17.12.2014