Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)University of Newcastle upon Tyne
King's Gate
Contact point(s): www.ncl-tenders.co.uk/suppliers
For the attention of: Michael McGill
NE1 7RU Newcastle upon Tyne
United Kingdom
E-mail:
Internet address(es):
General address of the contracting authority: www.ncl.ac.uk
Address of the buyer profile: www.ncl-tenders.co.uk/suppliers
Electronic access to information: www.ncl-tenders.co.uk/suppliers
Electronic submission of tenders and requests to participate: https://procontract.due-north.com/Login
Further information can be obtained from: Please see VI.3) above
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Please see VI.3) above
Tenders or requests to participate must be sent to: Please see VI.3) above
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityEducation
I.4)Contract award on behalf of other contracting authoritiesThe contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
(NU/1148) Armstrong Building Window Replacement.
II.1.2)Type of contract and location of works, place of delivery or of performanceSupplies
Purchase
NUTS code UKC22
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The University is currently refurbishing the Armstrong Grade II listed building. The renovation works are to be carried out to the vast majority of the building, approximately 7 000m2 to ensure that the University continues to provide a world leading facility both in teaching and the provision of its facilities. The internal renovation works have begun and typically consist of academic offices, teaching spaces, school administration areas and corridors. External renovations to the inner courtyard and frontage to the building will commence in October 2016.
This tender is for the appointment of a design, manufacture and installation team to replace all windows in the Armstrong Building.
In coordination with the main refurbishment works, this project aims to replace all existing steel framed windows (approximately 2 400) with new bronze casements incorporating hermetically sealed double glazed units set within the existing stone rebates.
The building will be occupied at all times during the installation works.
Full details can be found in the published tender documentation.
II.1.6)Common procurement vocabulary (CPV)45421132, 71250000, 71221000, 71241000, 71247000, 44221110, 44221111, 44221100, 45421110, 45421160, 45421100, 45421112, 45421130
II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Please see II.1.5)
Estimated value excluding VAT: 2 000 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 18 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Full details are provided in the tender documentation.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Full details are provided in the tender documentation.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and several liability will be required in the event of a consortium bid.
III.1.4)Other particular conditionsThe performance of the contract is subject to particular conditions: yes
Description of particular conditions: JCT Intermediate Building Contract 2011.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: Further details are provided within the tender documentation.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: Further details are provided within the tender documentation.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
Further details are provided within the tender documentation.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureOpen
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogueRecourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
NU/1148
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.7.2016 - 11:59
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate11.7.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tendersDate: 11.7.2016 - 14:00
Persons authorised to be present at the opening of tenders: no
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
The University intends to use its Due North e-tendering portal, Pro Contract, to conduct this tendering exercise.
All information regarding this opportunity can be found on the portal. Details on how to register an interest, access the information and submit a proposal can be found at: https://www.ncl-tenders.co.uk/suppliers
The following link will take you to the supplier page of the Pro Contract system: https://procontract.due-north.com/Login
Please note that 1st time suppliers to the University will need to register on the system before they are able to access this opportunity.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresSee VI.4.2) below
Body responsible for mediation procedures
See VI.4.2) below
VI.4.2)Lodging of appealsPrecise information on deadline(s) for lodging appeals: Newcastle University will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers.
This period allows unsuccessful tenderers to seek further debriefing before the contract is entered into. Such additional information should be requested from the address referred to in part 1.1) above.
If an appeal regarding the award of a contract has not been successfully resolved, the Public Contracts Regulations 2015 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 (England, Wales and Northern Ireland). Any such action must be brought promptly. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:8.6.2016