By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Kensington & park terrace student accommodation project.

CONTRACT NOTICE

Works

SECTION I: CONTRACTING AUTHORITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

University of Newcastle Upon Tyne
Purchasing Services, King's Gate
Contact: https://www.ncl-tenders.co.uk/suppliers
Attn: Neil Addison
NE1 7RU Newcastle upon Tyne
UNITED KINGDOM
Tel. +44 1912227472
E-mail:
Fax +44 1912228845

Internet address(es)

General address of the contracting authority www.ncl.ac.uk

Address of the buyer profile https://www.ncl-tenders.co.uk/suppliers

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES
Other Education
Education
The 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
Kensington & park terrace student accommodation project.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities

NUTS code UKC22

II.1.3)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 project aim is to construct student accommodation to deliver a target of 345 bed spaces overall. To facilitate this number of units.
Three new buildings are required. A development principle has been established which proposes some demolition of existing buildings and refurbishment of others. The demolition allows for the construction of two new buildings and the provision of a new mews block.
The project will be procured via a NEC design and build contract. No novations will be put in place and therefore it is requested that the contractor will be required to provide an architect, structural engineer and M&E; Engineer and any other specialist consultants and or designers typically required for this type of project as part of his proposal.
The contractor will be required to design the structural system for the new build element.
The contractor may be required to undertake the internal fitting of furniture, fittings, fixtures and equipment as an option under this tender.
II.1.6)Common procurement vocabulary (CPV)

45210000, 45214400, 45351000, 71221000, 45315000, 45111000, 71000000, 39100000, 39300000, 39150000, 39200000

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
No
II.1.9)Variants will be accepted
No
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
The design and construction of new and refurbishment of existing buildings and site preperation and clearence.
The contractor may be required to undertake the internal fitting of furniture, fittings, fixtures and equipment as an option under this tender.
Excluding VAT 13 500 000 GBP
II.2.2)Options
Yes
description of these options: The contractor may be required to undertake the internal fitting of furniture, fittings, fixtures and equipment as an option under this tender.
provisional timetable for recourse to these options: in months: 6 (from the award of the contract)
II.3)DURATION OF THE CONTRACT OR TIME-LIMIT FOR COMPLETION
Duration 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
Deposits and guarantees may be required and if applicable, a parent company guarentee.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
Payments will be made inaccordance with the form of contract adopted incorporating any amendments.
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.
III.1.4)Other particular conditions to which the performance of the contract is subject
No
III.2)CONDITIONS FOR PARTICIPATION
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if requirements are met: As detailed in the Prequalification Questionnaire.
III.2.2)Economic and financial capacity
Information and formalities necessary for evaluating if requirements are met: As detailed in the Prequalification Questionnaire.
Minimum level(s) of standards possibly required As detailed in the Prequalification Questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met:
As detailed in the Prequalification Questionnaire.
Minimum level(s) of standards possibly required
As detailed in the Prequalification Questionnaire.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular profession
No
III.3.2)Legal entities 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 procedure
Accelerated restricted
Justification for the choice of accelerated procedure: The exceptional nature of the current economic situation.
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 4 maximum number 6
Objective criteria for choosing the limited number of candidates: As per scoring criteria detailed with the Prequalification Questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse 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 criteria
The 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)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authority
NU/0596
IV.3.2)Previous publication(s) concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents 30.9.2011
Payable documents No
IV.3.4)Time-limit for receipt of tenders or requests to participate
3.10.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
21.11.2011
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening tenders
Date: 10.2.2012

Place

Newcastle University.

Persons authorised to be present at the opening of tenders No

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDS
No
VI.3)ADDITIONAL INFORMATION

To request the prequalification document please register for this tender on our etender system at https://www.ncl-tenders.co.uk/suppliers. New suppliers to Newcastle University should initially register on the system before requesting the Prequalification Questrionnaire.

VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
9.9.2011

Other interesting websites