Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870124227
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
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
School of Medicine Phase 2 Development: New Teaching Block - Integrated Consultant Team
Reference number
project_28284
two.1.2) Main CPV code
- 71541000 - Construction project management services
two.1.3) Type of contract
Services
two.1.4) Short description
The objective of this procurement is to appoint an Integrated Consultant Team (ICT) who will deliver a new Teaching Block for the School of Medicine (SoM) 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.
The new SoM Teaching Block will provide teaching accommodation to enable the current annual cohort of medical students to move out of the existing interim refurbished accommodation on campus. A schedule of accommodation has been developed in consultation with key stakeholders and partners in the SoM for this purpose, and includes a mixture of seminar, teaching, laboratory, office, meeting and collaborative space, as well as some limited research space.
In addition to this, additional teaching accommodation will be provided in the form of ‘white space’ to meet a projected future increase in student numbers on campus. Whilst primarily intended for an increase in the number of medical students, based on the future projected need, this will be standard flexible university teaching space, which can be used for the teaching of either medical or non-medical students.
two.1.5) Estimated total value
Value excluding VAT: £4,750,000
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 objective of this procurement is to appoint an Integrated Consultant Team (ICT) who will deliver a new Teaching Block for the School of Medicine (SoM) 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.
The new SoM Teaching Block will provide teaching accommodation to enable the current annual cohort of medical students to move out of the existing interim refurbished accommodation on campus. A schedule of accommodation has been developed in consultation with key stakeholders and partners in the SoM for this purpose, and includes a mixture of seminar, teaching, laboratory, office, meeting and collaborative space, as well as some limited research space.
In addition to this, additional teaching accommodation will be provided in the form of ‘white space’ to meet a projected future increase in student numbers on campus. Whilst primarily intended for an increase in the number of medical students, based on the future projected need, this will be standard flexible university teaching space, which can be used for the teaching of either medical or non-medical students.
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: £4,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
98
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%
Excellence in Design - 25%
Relevant 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: 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
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
15 January 2025
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 February 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