Tender

QUB/2260/22 Advanced Manufacturing Innovation Centre Building Contractor

  • Queen's University Belfast

F02: Contract notice

Notice identifier: 2022/S 000-023731

Procurement identifier (OCID): ocds-h6vhtk-0362ca

Published 25 August 2022, 10:14am



Section one: Contracting authority

one.1) Name and addresses

Queen's University Belfast

Purchasing Office, University Road

Belfast

BT7 1NN

Email

j.glackin@qub.ac.uk

Telephone

+44 2890973026

Fax

+44 2890971390

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

www.qub.ac.uk

Buyer's address

www.qub.ac.uk/po

one.3) Communication

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

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

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

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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

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/2260/22 Advanced Manufacturing Innovation Centre Building Contractor

Reference number

QUB/2260/22

two.1.2) Main CPV code

  • 45210000 - Building construction work

two.1.3) Type of contract

Works

two.1.4) Short description

AMIC will combine a comprehensive and collaborative regional innovation support system for the Advanced Manufacturing, Materials and Engineering sectors of Northern Irish industry, with selected niche areas of national competitiveness. AMIC will provide high quality innovation support to manufacturing and advanced engineering industry by bringing together world class academic expertise, advanced industrial practice from commercial partners and the specialist facilities needed to execute innovation Rearch and Development projects in our target industry sectors, together with supporting research, training, and technical services.The scope of work for the Project includes;• Specialist workshops, laboratory spaces, clean rooms and support spaces• Staff office and support spaces for 150 people• Collaborative engagement areas• Presentation, learning and auditorium spaces• Servicing, delivery and loading/off-loading areas• External Landscaping and carparking

two.1.5) Estimated total value

Value excluding VAT: £33,600,000

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

two.2.3) Place of performance

NUTS codes
  • UKN0D - Antrim and Newtownabbey
Main site or place of performance

Global Point Business Park, Ballyclare Road, Newtownabbey

two.2.4) Description of the procurement

The project is for the provision of an Advanced Manufacturing Innovation Centre (AMIC)AMIC will combine a comprehensive and collaborative regional innovation support system for the Advanced Manufacturing, Materials and Engineering sectors of Northern Irish industry, with selected niche areas of national competitiveness. AMIC will provide high quality innovation support to manufacturing and advanced engineering industry by bringing together world class academic expertise, advanced industrial practice from commercial partners and the specialist facilities needed to execute innovation R&D projects in our target industry sectors, together with supporting research, training, and technical services.The scope of work for the Project includes;• Specialist workshops, laboratory spaces, clean rooms and support spaces.• Staff office and support spaces for 150 people.• Collaborative engagement areas.• Presentation, learning and auditorium spaces.• Servicing, delivery and loading/off-loading areas.• External landscaping and carparking.The building is approximately 10,500m2 and arranged as three linear pavilions, two of which form the engineering workshop and entrance/ reception facilities. The third pavilion is arranged with specialist labs and clean rooms at ground floor with staff office workplaces arranged over at first floor. The building is steel framed with the engineering workshop and entrance pavilions as portal frames and the labs and workplace as braced boxes. The structure is carried by concrete edge beams and pad foundations with a power-floated ground floor slab. Upper floor slabs are profiled metal composite decks. The different functions of the building are given their own expression in the external envelope. Engineering workshop and entrance are clad in a Eurobond panels with a zinc rainscreen system at upper floor levels and a grc cladding to the ground floor. The workplace and labs are clad in a carrier panel with a profiled metal finish. The roof is built-up as a lightweight profiled metal, insulation and bituminous system. Plant is supported on independent structural decks arranged at roof level over the labs and workplace with the remaining two pavilions housing photovoltaic arrays. The procurement process will be a 2 Stage process and the current dates are:Stage 1 - Early Contractor Involvement 09/01/23Actions:- Inform RIBA Stage 4 Design.- Engagement with Client’s IDT as part of the Early Contractor Involvement. - Develop Target Cost with IDT.- Value Engineering.- Development a robust Programme and Methodology for Delivery. Stage 2 – Construction (Period - 21 months)- Start on Site: 26/09/23 - End on Site: 17/06/25Under this procurement the Contractor will be required to support the Client's social value objectives. Accordingly, contract performance conditions and/or award criteria may relate, in particular, to social value.

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: £33,600,000

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

Duration in months

21

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 short-listed 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 re-commenced, the Contracting Authority 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 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: No

four.2) Administrative information

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

Date

23 September 2022

Local time

4:00pm

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

30 November 2022

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 24 (from the date stated for receipt of tender)


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 In-Tend 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 In-Tend.

six.4) Procedures for review

six.4.1) Review body

Queen's University Belfast

Belfast

Country

United Kingdom