Tender

CADRIC & Associated Estate Optimisation - Integrated Consultant Team

  • University of Ulster

F02: Contract notice

Notice identifier: 2024/S 000-036173

Procurement identifier (OCID): ocds-h6vhtk-04b4dc

Published 7 November 2024, 6:05pm



Section one: Contracting authority

one.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

Email

a.gray@ulster.ac.uk

Telephone

+44 2870124227

Country

United Kingdom

Region code

UKN - Northern Ireland

National registration number

NIC100166

Internet address(es)

Main address

www.ulster.ac.uk

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

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://e-sourcingni.bravosolution.co.uk/web/login.shtml

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

CADRIC & Associated Estate Optimisation - Integrated Consultant Team

Reference number

project_28835

two.1.2) Main CPV code

  • 71541000 - Construction project management services

two.1.3) Type of contract

Services

two.1.4) Short description

CADRIC & Adjacent Estates Optimisation - Integrated Consultant Team

The Contract is for the provision of an Integrated Consultant Team to Ulster University for the Cognitive Analytics and Digital Robotics Innovation Centre (CADRIC) and associated estate optimisation.

The objective of this procurement is to appoint an Integrated Consultant Team (ICT) who will deliver the Cognitive Analytics & Digital Robotics Innovation Centre (CADRIC) building and associated estate optimisation at Ulster University’s Derry-Londonderry campus. The ICT will include provision of a PM, who will administer the NEC4 Engineering and Construction contract on behalf of the Client, undertaking the full range of duties imposed on the PM by the NEC4 Engineering and Construction Works Contract.

two.1.5) Estimated total value

Value excluding VAT: £2,500,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71221000 - Architectural services for buildings
  • 71312000 - Structural engineering consultancy services
  • 71321000 - Engineering design services for mechanical and electrical installations for buildings
  • 71334000 - Mechanical and electrical engineering services
  • 71420000 - Landscape architectural services
  • 71520000 - Construction supervision services
  • 71530000 - Construction consultancy services
  • 71541000 - Construction project management services
  • 72224000 - Project management consultancy services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Derry~Londonderry

two.2.4) Description of the procurement

The Contract is for the provision of an Integrated Consultant Team to Ulster University for the Cognitive Analytics and Digital Robotics Innovation Centre (CADRIC) and associated estate optimisation.

The objective of this procurement is to appoint an Integrated Consultant Team (ICT) who will deliver the Cognitive Analytics & Digital Robotics Innovation Centre (CADRIC) building and associated estate optimisation at Ulster University’s Derry-Londonderry campus. The ICT will include provision of a PM, who will administer the NEC4 Engineering and Construction contract on behalf of the Client, undertaking the full range of duties imposed on the PM by the NEC4 Engineering and Construction Works Contract.

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: £2,500,000

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

Duration in months

53

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:

Experience of Key Team Members - Pass/Fail

Relevant Project Experience - 35%

Design and Coordination Experience - 25%

Complex Site Experience - 20%

Experience in Energy & Sustainability - 20%

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The main contract will include services to deliver RIBA Stages 0-3 for an adjacent building on the site. The contract will include an option, at the University's sole discretion, to deliver RIBA stages 4-7 for that building.

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

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

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

9 December 2024

Local time

3:00pm

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

13 January 2025

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.4) Procedures for review

six.4.1) Review body

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

UK

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

UK

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).

six.4.4) Service from which information about the review procedure may be obtained

The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 as amended

UK

Country

United Kingdom