Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
QUB/1848/19 Riddel Hall Expansion
Reference number: QUB/1848/19
II.1.2)Main CPV code45210000
II.1.3)Type of contractWorks
II.1.4)Short description:
Due to the continued growth of the management school and the success of the Leadership Institute, the University plans to extend the accommodation on the Riddel Hall site in a purpose built new build facility. The works predominantly involve the development of a new building, although some rationalisation of existing accommodation and a review and reorganization of car parking is required to align evolving needs and area demands. The new facility will consist predominantly of postgraduate teaching accommodation supported by project rooms, flexible quiet study space/breakout rooms, space for corporate engagement, a placement/employability suite, and staff offices and ancillary accommodation to support student engagement. The restricted procedure is being used. All Economic operators who pass all minimum selection criteria will be invited to tender.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performanceNUTS code: UKN06
Main site or place of performance:
II.2.4)Description of the procurement:
Due to the continued growth of the management school and the success of the Leadership Institute, the University plans to extend the accommodation on the Riddel Hall site in a purpose built new build facility. The works predominantly involve the development of a new building, although some rationalisation of existing accommodation and a review and reorganization of car parking is required to align evolving needs and area demands. The new facility will consist predominantly of postgraduate teaching accommodation supported by project rooms, flexible quiet study space/breakout rooms, space for corporate engagement, a placement/employability suite, and staff offices and ancillary accommodation to support student engagement. The contract will be based on the JCT Standard Building Contract With Quantities 2016 (SBC/Q 2016). The restricted procedure is being used. All economic operators who pass all minimum selection criteria will be invited to tender.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 23
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
A site visit has been organised at 12.00 noon on 10.12.2019 at Riddel Hall. Economic operators must confirm attendance and provide names of attendees (maximum of 3) by 4 p.m. on 6.12.2019 via the correspondence function on In-Tend.
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 registersList and brief description of conditions:
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 19/12/2019
Local time: 16:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Queen's University Belfast
Town: Belfast
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
This authority will incorporate a standstill period at the point information on the award of the contract 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 tenderers to challenge the award decision before the contract is entered into. The Public Contract Regulations 2015 (SI 2015/102) 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 (England, Wales and Northern Ireland).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:20/11/2019