Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Integrated Consultant Team for the New Teaching and Student Centre (TSC) in Derry/Londonderry

  • First published: 12 July 2024
  • Last modified: 12 July 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-044796
Published by:
University of Ulster
Authority ID:
AA20018
Publication date:
12 July 2024
Deadline date:
05 August 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Integrated Consultant Team for the New Teaching and Student Centre (TSC) in Derry/Londonderry

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Ulster

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

UK

Telephone: +44 2870124227

E-mail: e.coyle1@ulster.ac.uk

NUTS: UKN

Internet address(es)

Main address: www.ulster.ac.uk

I.3) Communication

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

https://e-sourcingni.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://e-sourcingni.bravosolution.co.uk


Tenders or requests to participate must be sent to the abovementioned address


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Integrated Consultant Team for the New Teaching and Student Centre (TSC) in Derry/Londonderry

Reference number: Project_27921

II.1.2) Main CPV code

71000000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Integrated Consultant Team for the New Teaching and Student Centre (TSC) in Derry/Londonderry

II.1.5) Estimated total value

Value excluding VAT: 2 600 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Derry ~ Londonderry

II.2.4) Description of the procurement

Integrated Consultant Team for the New Teaching and Student Centre (TSC) in Derry/Londonderry

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 2 600 000.00  GBP

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

Duration in months: 96

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

Pre-Qualification Questionnaire

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 50 or more for their response to PQQ - Part E (in relation to technical and 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 more or less.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

It is anticipated the contract will be for an approximate four year period initially plus an additional three year period to allow for extended aftercare and soft landings, with an option to extend for any period up to and including twelve months.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The estimated total value stated above in Section II.2.6 includes the initial 4 year contract period, the additional 3 year period for aftercare/soft landings and the option to extend for 12 months.

The University reserves the right to modify this contract, under Regulation 72(1)(a) of the Public Contract Regulations 2015, further information can be obtained from the tender documentation.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2024/S 000-007796

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

Date: 05/08/2024

Local time: 15:00

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

EN

IV.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 VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

In the event that the Contract is terminated prior to expiry of the proposed initial five (5) year

contract period, the University reserves the right (but shall not be obliged) in that instance

to offer the second ranked most economically advantageous tenderer from this Competition

(second ranked tenderer), the opportunity to enter into a replacement contract with the

University on the basis of the same contract terms, rather than undertaking a reprocurement exercise at that point. Any replacement contract entered into will be for the

remaining unexpired initial contract period, with the same ability for the University to extend

by a further period or periods of up to five (5) years.

Entry into any replacement contract with the second ranked tenderer shall be subject to that

second ranked tenderer’s offer (including its tender pricing) remaining unchanged from that

originally proposed at the tender return deadline. In the event that either: (a) the second

ranked tenderer is unable or unwilling to stand over its original tender offer to the University;

or (b) the second ranked tenderer is unable or unwilling to enter into a replacement contract

with the University on the basis of the same contract terms; or (c) the second ranked

tenderer declines the opportunity to enter into a replacement contract with the University

for any reason, then the University reserves the right to approach the next highest ranking

most economically advantageous tenderer from this Competition in turn on the same basis.

This process may, at the University’s discretion, continue until all ranked tenderers have

been exhausted or the University decides, at its sole discretion, to undertake a reprocurement exercise

VI.4) Procedures for review

VI.4.1) Review body

Royal Courts of Justice

Chichester Street

Belfast

BT1 3JY

UK

VI.4.2) Body responsible for mediation procedures

Royal Courts of Justice

Chichester Street

Belfast

BT1 3JY

UK

VI.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).

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

Royal Courts of Justice

Chichester Street

Belfast

BT1 3JY

UK

VI.5) Date of dispatch of this notice

11/07/2024

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
e.coyle1@ulster.ac.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.