Tender

QUB/2377/23 - iREACH (Institute of Research Excellence for Advanced Clinical Healthcare) Building Contractor

  • Queen's University Belfast

F02: Contract notice

Notice identifier: 2023/S 000-010183

Procurement identifier (OCID): ocds-h6vhtk-03bd5b

Published 6 April 2023, 2:19pm



Section one: Contracting authority

one.1) Name and addresses

Queen's University Belfast

Purchasing Office, University Road

Belfast

BT7 1NN

Contact

Jackie Glackin

Email

j.glackin@qub.ac.uk

Telephone

+44 2890973026

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

https://www.qub.ac.uk/

Buyer's address

https://www.qub.ac.uk/directorates/FinanceDirectorate/visitors/procurement/

one.3) Communication

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

https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home

Tenders or requests to participate must be submitted to the above-mentioned address

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

QUB/2377/23 - iREACH (Institute of Research Excellence for Advanced Clinical Healthcare) Building Contractor

Reference number

QUB/2377/23

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Part of the Belfast Region City Deal (BRCD) programme, this project is for the Construction of iREACH (Institute of Research Excellence for Advanced Clinical Healthcare), with the aim of extending capacity for clinical trials and have a wide-reaching public benefit. The iREACH project will include the construction of two new buildings split across two sites on the Lisburn Road in Belfast, close to the Queen’s campus and with part of the development being within the bounds of the Belfast City Hospital site. The project will also include demolition.This tender exercise will follow the 2-stage restricted procedure. Economic Operators shortlisted at Stage 1: PQQ will then be invited to tender for Stage 2: ITT. The project is utilising the ‘Traditional Two Stage’ procurement methodology. Stage 1: Pre-Construction Period. Stage 2: Construction Period.

two.1.5) Estimated total value

Value excluding VAT: £34,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 71334000 - Mechanical and electrical engineering services
  • 45214000 - Construction work for buildings relating to education and research

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

Lisburn Road, Belfast, Northern Ireland

two.2.4) Description of the procurement

Part of the Belfast Region City Deal (BRCD) programme, this project is for the Construction of iREACH (Institute of Research Excellence for Advanced Clinical Healthcare), with the aim of extending capacity for clinical trials and have a wide-reaching public benefit.This tender exercise will follow the 2-stage restricted procedure. Economic Operators shortlisted at Stage 1: PQQ will then be invited to tender for Stage 2: ITT. The Site The iREACH project will include the construction of two new buildings split across two sites on the Lisburn Road in Belfast, close to the Queen’s campus and with part of the development being within the bounds of the Belfast City Hospital site.Site A: City Hospital Car Park• (Clinical Research Innovation Centre): will accommodate industry tenants, clinical trial setup infrastructure to undertake patient studies and the Health Innovation Hub. • This site is currently in the final stages of acquisition for development by Queen’s. • The site is currently a surface carpark with barrier access however a recent project by the Belfast Trust has resulted in installation of a significant water storage tank and associated infrastructure. Site B: Radius Housing Site • Site B (Translational Clinical Research Facility): will accommodate mainly office provision and Laboratory provision.• This site is currently in the final stages of acquisition for development by Queen’s. The expected scope of work for the Project includes, but is not limited to:• Medical Wards and associated support spaces• Laboratory spaces, clean rooms, specialist workshops and support spaces.• Provision of a Link Bridge between the Site A Building and Belfast City Hospital.• Staff office and support spaces.• Collaborative engagement & exhibition areas.• Services, delivery and loading/off-loading areas.• Car Parking & external landscaping.• Asbestos removal & Demolition.• For works, please refer to Project Brief (QUB IREACH Health – Project Brief) During the ECI stage the contractor may be instructed to undertake some early works which may include, but is not limited to:• Services Diversions• Soft Strip of existing buildingThe project is utilising the ‘Traditional Two Stage’ procurement methodology. The design has been developed by the Client. It will be the Economic Operator’s responsibility to finalise the detailed design for any Contractor Design Packages and construct the works. This will be undertaken in the following two stages following a competition:Stage 1: Pre-Construction PeriodThe Contractor will be appointed to engage with the Client’s design team to provide Early Contractor Involvement (ECI) to help with the finalisation of the detailed design and to review the Contractor Design Packages. The scope of services for this period are as outlined in Contract Data Part 1 (Z27) issued as part of this tender pack. Stage 2: Construction PeriodFollowing conclusion of all Stage 1 deliverables, the Contractor will be appointed to undertake the construction of the works.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £34,600,000

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

Duration in months

39

This contract is subject to renewal

No

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

Envisaged number of candidates: 6

Objective criteria for choosing the limited number of candidates:

It is anticipated that the 6 Economic Operators that satisfy: the completeness and compliance checks; the criteria for the rejection of Economic Operators; the information as to economic and financial standing; and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders. Where there is a tie for 6th place, then all Economic Operators in 6th place will be shortlisted and invited to submit tenders. For the purposes of this exercise a tie for 6th place is deemed to occur where two or more Economic Operators have identical scores or a score within 1 marks (out of a score of 100) of the 6th place score. In the event that any short-listed Economic Operator(s) withdraw(s) from the Procurement or subsequently become(s) ineligible to continue to participate in the Procurement at any stage following notification of short-listing and prior to issue of the Invitation to Tender, the University will remove the withdrawn/ineligible Economic Operator(s) from the short-list and will add to the short-list the next ranked eligible Economic Operator(s) (if any) to replace the Economic Operator(s) removed. The University will inform the relevant Economic Operator(s) accordingly. Where there is a tie in relation to the next ranked Economic Operator, (i.e. where two or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100)), all Economic Operators with tied scores will be short-listed and invited to submit tenders. In the event that the Procurement is unavoidably delayed, but not cancelled, the PQQP Submission will be assessed at the time of receipt and the Economic Operators will be notified of the outcome. The short-list of Economic Operators for Invitation to Tender will typically remain valid for a period of up to 12 months from the PQQP Receipt Deadline. At the University's discretion the period of validity may be extended. When the Procurement is recommenced, the University may seek confirmation that the short-listed Economic Operators still meet the required minimum standards for the Procurement.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Please refer to the tender pack

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

15 May 2023

Local time

4:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Under this procurement the Supplier will be required to support the University's social value objectives. Accordingly, contract performance conditions and/or award criteria may relate, in particular, to social value. The evaluation of submissions (PQQPs or TPs) will be based solely on the criteria set out for the procurement and the contract will be awarded on the basis stated in II.2.5). All documents will only be available online through the In-Tend portal:1) If your company is not already registered on In-Tend you may do so through the InTend portal https://in-tendhost.co.uk/queensuniversitybelfast Select the ‘Register ’ link and follow the on screen instructions.2) Expression of interest and access to tender. The University is utilising an electronic tendering system to manage this procurement and to communicate with economic operators. Accordingly, it is intended that all communications with the University, including the submission of tender responses, will be conducted via InTend.

six.4) Procedures for review

six.4.1) Review body

Queen's University Belfast

University Road

Belfast

BT7 1NN

Country

United Kingdom