Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
University of Ulster
NIC100166
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
UK
Telephone: +44 2870124227
E-mail: a.johnston4@ulster.ac.uk
NUTS: UKN
Internet address(es)
Main address: www.ulster.ac.uk
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
CADRIC and Associated Estate Optimisation - Integrated Consultant Team
Reference number: project_28335 itt_38249
II.1.2) Main CPV code
71541000
II.1.3) Type of contract
Services
II.1.4) Short description
CADRIC & Associated Estate Optimisation - Integrated Consultant Team
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
1 492 780.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
71000000
71200000
71221000
71312000
71321000
71334000
71420000
71520000
71530000
71541000
72224000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Derry~Londonderry
II.2.4) Description of the procurement
The Contract is for the provision of an Integrated Consultant Team to Ulster University for the Cognitive Analytics and Digital Robotics Innovation Centre (CADRIC) and associated estate optimisation. The objective of this procurement is to appoint an Integrated Consultant Team (ICT) who will deliver the Cognitive Analytics & Digital Robotics Innovation Centre (CADRIC) building and associated estate optimisation 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.
II.2.5) Award criteria
Quality criterion: Cost
/ Weighting: 40%
Cost criterion: Relevant Project Experience
/ Weighting: 35
Cost criterion: Design and Coordination Experience
/ Weighting: 25
Cost criterion: Complex Site Experience
/ Weighting: 20
Cost criterion: Experience in Energy & Sustainability
/ Weighting: 20
II.2.11) Information about options
Options:
Yes
Description of options:
The scope of service required by the ICT is to cover full project delivery across all RIBA stages 1-7. The University reserves the right at its sole discretion to omit in total and / or vary the extent of any part of the work, at any stage, in accordance with the contract.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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 000-036173
Section V: Award of contract
Contract No: project_28335
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
10/11/2025
V.2.2) Information about tenders
Number of tenders received: 6
Number of tenders received from tenderers from EU Member States: 6
Number of tenders received by electronic means: 6
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Hamilton Architects LLP
Hamilton House, 3 Joy Street
Belfast
BT2 8LE
UK
E-mail: design@hamiltonarchitects.co.uk
NUTS: UKN
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 1 492 780.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
It is anticipated the contract will commence on 10/11/2025
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice Chichester Street
Belfast
BT1 3JY
UK
VI.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
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
The University incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to all tenderers. The standstill period provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into.
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 (Northern Ireland).
VI.4.4) Service from which information about the review procedure may be obtained
Insert High Court of Justice in Northern Ireland
UK
UK
VI.5) Date of dispatch of this notice
04/12/2025