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 ACTIVITIESOther 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 authorityKensington & park terrace student accommodation project.
II.1.2)Type of contract and location of works, place of delivery or of performanceWorks
Realisation, by whatever means of work, corresponding to the requirements specified by the contracting authorities
NUTS code UKC22
II.1.3)The notice involvesA 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 lotsNo
II.1.9)Variants will be acceptedNo
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scopeThe 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)OptionsYes
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 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 requiredDeposits 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 themPayments 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 awardedJoint and several liability.
III.1.4)Other particular conditions to which the performance of the contract is subjectNo
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 requirements are met: As detailed in the Prequalification Questionnaire.
III.2.2)Economic and financial capacityInformation 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 capacityInformation 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 contractsNo
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reserved to a particular professionNo
III.3.2)Legal entities should indicate the names and professional qualifications of the staff responsible for the execution of the serviceNo
SECTION IV: PROCEDURE
IV.1)TYPE OF PROCEDURE
IV.1.1)Type of procedureAccelerated 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 participateEnvisaged 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 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)An electronic auction will be usedNo
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting authorityNU/0596
IV.3.2)Previous publication(s) concerning the same contractNo
IV.3.3)Conditions for obtaining specifications and additional documentsTime 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 participate3.10.2011
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates21.11.2011
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 tender
IV.3.8)Conditions for opening tendersDate: 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 PROCUREMENTNo
VI.2)CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU FUNDSNo
VI.3)ADDITIONAL INFORMATIONTo 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