Section one: Contracting authority
one.1) Name and addresses
UNIVERSITY OF EAST ANGLIA
Norwich Research Park,Earlham Road
NORWICH
NR47TJ
Contact
Claire Woodcroft
Telephone
+44 1603592728
Country
United Kingdom
Region code
UKH15 - Norwich and East Norfolk
Companies House
RC000651
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofeastanglia/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/universityofeastanglia/aspx/Home
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
Campus Development Programme Phase 1
Reference number
PURCON2023
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The University of East Anglia was created during the 1960s. Its original campus buildings were designed by the acclaimed architect Sir Denys Lasdun and several of the original buildings are now Grade II Listed, including the original teaching and science building the 'Lasdun Wall'.
The Grade II listed Lasdun Wall is an iconic and important part of University of East Anglia's (UEA) history situated in the centre of the UEA's vibrant and busy 24/7 campus. However, the building needs repair and refurbishment to address condition issues and to deliver essential sustainability improvements to enable the University to meet their target to be a net zero campus by 2045.
The Lasdun Wall comprises four buildings constructed to appear as one (Building 3, Building 4, Building 5 and Building 6). The University plans to carry out a four-phase strip-back-to-frame refurbishment of the Lasdun Wall.
This project - Lasdun Wall Refurbishment Phase 1 - will deliver new modern science facilities and teaching space in an extended Building 3, whilst existing science research facilities continue to operate within Buildings 4, 5 and 6. The existing science facilities are currently at risk due to potential condition failures of the buildings, therefore the success of Phase 1 to 'de-risk' highly specialised facilities within the Lasdun wall, is of extreme importance to the University.
The University's "Phase 1" project consists of three elements:
• Preliminary enabling works (by others)
• The Main Works (the subject of this procurement)
• A package of interphase enabling works which will complete Phase 1 and prepare for the future decommissioning of Buildings
The appointed Main Contractor will be required to undertake the following:
Initial phase of strip out and asbestos removal will have been undertaken to provide an empty shell, however asbestos removal will be required by the main contractor as follows:
• Facades - Around existing windows which will be replaced, and concrete façade panels removed to accommodate the new extension.
• Existing floor screed abutting the perimeter which includes asbestos contamination around existing fixings to the retained listed concrete façade panels - fixings and all remaining screeds will need to be removed.
• Within the tender design information, we have included the Asbestos survey report to support with the remaining asbestos removal, sequencing and overall methodology. All Asbestos must be removed.
Extension - An extension of approx. 2,966m² is planned to one elevation.
Window Replacement and Façade Treatment - The building is listed and the facades are a sensitive architectural feature which will need to be carefully replaced with modern windows in similar style.
Fitting Out of existing building - The re-fit comprises circa 11,287m² of space split to include science research facilities and teaching and social learning space.
External Works as detailed in the ISIT design information.
The successful Bidder shall be responsible for validating any information provided including the Stage 4A design which the successful Bidder will be required to check, validate and verify during the PCSA stage in order to enable it to take full responsibility for the entire design and to progress the design to Stage 4B by the end of the PCSA stage. Existing design consultants may be novated to the successful Bidder if the successful Bidder so choses but design risk shall be transferred to the successful Bidder regardless.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKH15 - Norwich and East Norfolk
Main site or place of performance
University of East Anglia campus, Norwich Research Park, Norwich, NR4 7TJ
two.2.4) Description of the procurement
The University of East Anglia was created during the 1960s. Its original campus buildings were designed by the acclaimed architect Sir Denys Lasdun and several of the original buildings are now Grade II Listed, including the original teaching and science building the 'Lasdun Wall'.
The Grade II listed Lasdun Wall is an iconic and important part of University of East Anglia's (UEA) history situated in the centre of the UEA's vibrant and busy 24/7 campus. However, the building needs repair and refurbishment to address condition issues and to deliver essential sustainability improvements to enable the University to meet their target to be a net zero campus by 2045.
The Lasdun Wall comprises four buildings constructed to appear as one (Building 3, Building 4, Building 5 and Building 6). The University plans to carry out a four-phase strip-back-to-frame refurbishment of the Lasdun Wall.
This project - Lasdun Wall Refurbishment Phase 1 - will deliver new modern science facilities and teaching space in an extended Building 3, whilst existing science research facilities continue to operate within Buildings 4, 5 and 6. The existing science facilities are currently at risk due to potential condition failures of the buildings, therefore the success of Phase 1 to 'de-risk' highly specialised facilities within the Lasdun wall, is of extreme importance to the University.
The University's "Phase 1" project consists of three elements:
• Preliminary enabling works (by others)
• The Main Works (the subject of this procurement)
• A package of interphase enabling works which will complete Phase 1 and prepare for the future decommissioning of Buildings
The appointed Main Contractor will be required to undertake the following:
Initial phase of strip out and asbestos removal will have been undertaken to provide an empty shell, however asbestos removal will be required by the main contractor as follows:
• Facades - Around existing windows which will be replaced, and concrete façade panels removed to accommodate the new extension.
• Existing floor screed abutting the perimeter which includes asbestos contamination around existing fixings to the retained listed concrete façade panels - fixings and all remaining screeds will need to be removed.
• Within the tender design information, we have included the Asbestos survey report to support with the remaining asbestos removal, sequencing and overall methodology. All Asbestos must be removed.
Extension - An extension of approx. 2,966m² is planned to one elevation.
Window Replacement and Façade Treatment - The building is listed and the facades are a sensitive architectural feature which will need to be carefully replaced with modern windows in similar style.
Fitting Out of existing building - The re-fit comprises circa 11,287m² of space split to include science research facilities and teaching and social learning space.
External Works as detailed in the ISIT design information.
The successful Bidder shall be responsible for validating any information provided including the Stage 4A design which the successful Bidder will be required to check, validate and verify during the PCSA stage in order to enable it to take full responsibility for the entire design and to progress the design to Stage 4B by the end of the PCSA stage. Existing design consultants may be novated to the successful Bidder if the successful Bidder so choses but design risk shall be transferred to the successful Bidder regardless.
Tenders will be evaluated on their lump sum price / commercial submission and answers to the qualitative questions (document 1.11) included in the ISIT. Initial tenders will be evaluated against a lump sum for 60% of the works in value (pricing document 1.14). The winning contractor will be awarded the PCSA during which time the contractor will be required to carry out the obligations and services set out therein (including stage 4b design, procurement of the final 40% of packages - see Schedule 2 of the PCSA document for the detailed services). Conditional upon compliance in full with the obligations upon it in the PCSA, the contractor will then proceed to construction stage (JCT DB with amendments.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
22 July 2024
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: 3
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.14) Additional information
The University reserves the right to accept an initial tender (and not proceed to the further negotiation/final tenders stage) in the event that at least one initial tender:
o commits to accept the terms of the PCSA, the JCT DB and its schedule of amendments without change; and
o Programme Practical Completion by 31 July 2026; and
o fulfils the Minimum Requirements (below).
The "Minimum Requirements" for final tenders (cannot be negotiated and must be met):
o No impact on planning consent.
o Minimal impact on design integrity.
o Continuing proof of cover of the insurance requirements in the SQ.
o Offers sectional completion.
o Takes full and complete responsibility for both (i) the discharge of planning conditions and (ii) the design of the Works (excluding concept design).
If your response is assessed as not meeting the 5 minimum requirements it will be rejected.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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
6 December 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 January 2024
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: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
six.3) Additional information
Information about negotiation: The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations if the grounds in section II.2.4 are met. Otherwise the contracting authority intends to negotiate with the three bidders on the terms of their initial tenders including any proposed value engineering and invite draft final tenders and then final tenders.
six.4) Procedures for review
six.4.1) Review body
University of East Anglia
Norwich
NR4 7TJ
Country
United Kingdom