Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123760
Country
United Kingdom
Region code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/web/login.shtml
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
JSV Sports Extension Works
Reference number
project_27573
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
JSV Sports Extension Works
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45100000 - Site preparation work
- 45300000 - Building installation work
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Jordanstown Sports Village, Shore Rd, Newtownabbey, BT37 0QB
two.2.4) Description of the procurement
Ulster University is seeking to procure a contract for the Extension Works to the High Performance Centre (HPC) located within the Jordanstown Sports Village (JSV).
This contract will consist of 2no. sections of works.
Section 1 will provide circa 2,500sqm of additional accommodation to supplement the existing High Performance Centre located within the Jordanstown Sports Village. The building will sit within the current car park to the west of the existing facility and will connect into the HPC building at two points on the ground floor and 1 point on the first floor. The additional accommodation includes a gym, fitness studios, teaching spaces, changing rooms, catering facility and a new reception area. Works will also require the provision of mechanical and electrical building services and ground works.
The fully constructed building is to be operational by the Summer of 2025.
Section 2 will remove the existing 3G surface within the Sports Hall located within the HPC building and replace with a Timber Sprung wooden floor, installation of 2no. new division curtains and creation of new openings into the Sports Hall. It is envisaged this work will occur over the Summer of 2025 completing in advance of the start of the academic year (September 2025).
The design is being progressed by the University appointed consultants up to and including RIBA Stage 4. The project will be delivered to BREEAM Excellent.
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: £8,050,250
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
30
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Maximum number: 5
Objective criteria for choosing the limited number of candidates:
Pre-Qualification Questionnaire (PQQ)
It is anticipated that, subject to a sufficient number of compliant and satisfactory responses being received, a maximum of five (5) Economic Operators plus ties (if applicable and as detailed further below) who meet the requirements stated in the PQQ Documentation and:
• who receive a total overall weighted score of 45 or more for their response to PQQ – Part E (in relation to technical or professional ability); and
• who achieve the five highest total overall weighted scores for their responses to PQQ Part E (in accordance with Section 5.4 of the PQQ Documentation)
will be invited to submit tenders.
Where there is a tie for a shortlisted place, then all tied Economic Operators in that tied position will be invited to tender. A tie is deemed to occur where two or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100). For example, if two Economic Operators are tied in fourth place, both Economic Operators would be shortlisted, and the fifth placed Economic Operator would not be shortlisted.
Notwithstanding that the University anticipates selecting a maximum of five Economic Operators to progress to the tendering stage, it reserves the right to select less.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
It is anticipated the Contract duration will be up to eighteen (18) months during the initial construction period and twelve (12) months for the defects liability period. Therefore, the total Contract duration will be approximately thirty (30) months.
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
As stated in the procurement documents.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-023248
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 October 2023
Local time
3:00pm
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: 9 (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
The University welcomes interest from all capable potential providers to submit a response to the pre-qualification questionnaire (PQQ). However, interested parties are advised that they must ultimately satisfy the minimum requirements of the initial PQQ selection criteria that is be set out in the procurement documents, in order to be considered for shortlisting to proceed to the next stage, invitation to tender (ITT) award criteria of the procurement process.
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. 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 Contracts Regulations 2015 (as amended) 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 (Northern Ireland).