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

Technology Hub Building Project.

  • First published: 05 November 2015
  • Last modified: 05 November 2015

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)

Contents

Summary

OCID:
Published by:
Edge Hill University
Authority ID:
AA21652
Publication date:
05 November 2015
Deadline date:
03 December 2015
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The project comprises the construction of a new Technology Hub, attached to the rear of the existing 3 storey Levens Building. The Technology Hub will comprise a 3 storey new build building of circa 2 850 m2, comprising circa 20 classrooms, a lecture theatre, offices and associated ancillary facilities.

The contractor for the Works will undertake the demolition of the existing single storey building to the rear of the existing Levens Building (the 3 storey Levens building to be retained), services diversions / terminations as required, reduced level dig and construction of substructure / foundation / slab works and the construction of the shell and fit out elements of the building. These packages will include external walls, masonry, structural frame, wall systems and contractor designed cladding systems, contractor designed window and curtain walling systems, contractor designed roof systems, upper floors and stairs construction, screeds, internal fit-out of the building, construction of internal partitioning and screens, floor, wall and ceiling finishes and decorations, joinery, contractor designed mechanical and electrical installations, a replacement lift installation, and installation of fixed furniture and equipment.

In addition to the above construction works, the contractor will also be required to undertake the external works. This will comprise hard and soft landscaping, surface and foul water drainage systems and external services infrastructure. This will be described in detail in the tender information.

The contractor will also be required to undertake a full contractor designed mechanical and electrical installation which will include a highly sustainable design with use of low energy components and renewable technology and likely to incorporate solar thermal, PV and CHP components, low energy systems and a wet heating system. The building will be highly insulated with high performance windows and built to a sustainable standard. The project will potentially be required to meet the requirements of a BREEAM Excellent rating.

The University may separately procure some furniture and fittings and specialist technical fit out works which will be installed during the works. The University may require access for artists and tradesmen to various areas of the building. This will be described in detail in the tender information.

The project is to be designed by the Client's appointed design team. The form of contract will be a JCT Standard Building Contract with Quantities (2011). The design team will not be novated to the Principal Contractor. Further information will be provided in the Invitation to Tender.

Full notice text

CONTRACT NOTICE – OFFICIAL JOURNAL

Section I: Contracting Authority

I.1)

Name, Address and Contact Point(s)


Edge Hill University

St Helens Road

Ormskirk

L39 4QP

UK

Capital Developments Team


+44 1695657124

capitalprojectscomms@edgehill.ac.uk


http://www.edgehill.ac.uk

http://www.edgehill.ac.uk

http://www.edgehill.ac.uk/capitalprojects/tenders/technology-hub/
Checked box
Unchecked box
Checked box
Unchecked box
Checked box
Unchecked box

I.2)

Type of contracting Authority and Main Activity or Activities

Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Unchecked box
Checked box
No

Section II: Object of the Contract

II.1)

Description

II.1.1)

Title attributed to the contract by the contracting authority

Technology Hub Building Project.

II.1.2(a))

Type of works contract

Checked box Unchecked box
Unchecked box

II.1.2(b))

Type of supplies contract

II.1.2(c))

Type of service contract

II.1.2)

Main site or location of works, place of delivery or performance

Ormskirk Campus at Edge Hill University, St Helens Road, Ormskirk, Lancashire, L39 4QP.



UKD43

II.1.3)

This notice involves

Checked box
Unchecked box
Unchecked box

II.1.4)

Information on framework agreement (if applicable)

Unchecked box
Unchecked box

Number of participants to the framework agreement envisaged

Duration of the framework agreement

Justification for a framework agreement the duration of which exceeds four years

Estimated total value of purchases for the entire duration of the framework agreement

Frequency and value of the contracts to be awarded

II.1.5)

Short description of the contract or purchase(s)

The project comprises the construction of a new Technology Hub, attached to the rear of the existing 3 storey Levens Building. The Technology Hub will comprise a 3 storey new build building of circa 2 850 m2, comprising circa 20 classrooms, a lecture theatre, offices and associated ancillary facilities.

The contractor for the Works will undertake the demolition of the existing single storey building to the rear of the existing Levens Building (the 3 storey Levens building to be retained), services diversions / terminations as required, reduced level dig and construction of substructure / foundation / slab works and the construction of the shell and fit out elements of the building. These packages will include external walls, masonry, structural frame, wall systems and contractor designed cladding systems, contractor designed window and curtain walling systems, contractor designed roof systems, upper floors and stairs construction, screeds, internal fit-out of the building, construction of internal partitioning and screens, floor, wall and ceiling finishes and decorations, joinery, contractor designed mechanical and electrical installations, a replacement lift installation, and installation of fixed furniture and equipment.

In addition to the above construction works, the contractor will also be required to undertake the external works. This will comprise hard and soft landscaping, surface and foul water drainage systems and external services infrastructure. This will be described in detail in the tender information.

The contractor will also be required to undertake a full contractor designed mechanical and electrical installation which will include a highly sustainable design with use of low energy components and renewable technology and likely to incorporate solar thermal, PV and CHP components, low energy systems and a wet heating system. The building will be highly insulated with high performance windows and built to a sustainable standard. The project will potentially be required to meet the requirements of a BREEAM Excellent rating.

The University may separately procure some furniture and fittings and specialist technical fit out works which will be installed during the works. The University may require access for artists and tradesmen to various areas of the building. This will be described in detail in the tender information.

The project is to be designed by the Client's appointed design team. The form of contract will be a JCT Standard Building Contract with Quantities (2011). The design team will not be novated to the Principal Contractor. Further information will be provided in the Invitation to Tender.

II.1.6)

Common Procurement Vocabulary (CPV)

45000000
45100000
45110000
45210000
45300000
45310000
45320000
45330000
45350000
45400000
45410000
45420000
45430000
45440000
45450000
45220000
45311000
45311100
45311200
45321000
45323000
45324000
45331000
45331100
45331110
45331210
45332200
45332400
45333000
45333200
45351000

II.1.7)

Contract covered by the Government Procurement Agreement (GPA)

Unchecked box

II.1.8)

Division into lots

No

II.1.9)

Will variants be accepted

No

II.2)

Quantity or Scope of the Contract

II.2.1)

Total quantity or scope

See section II.1.5).

5 000 0007 000 000
GBP

II.2.2)

Options

Provisional timetable for recourse to these options

Number of possible renewals

In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts

II.3)

Duration of the contract or limit for completion

5

Section III: Legal, Economic, Financial and Technical Information

III.1)

Conditions Relating to the Contract

III.1.1)

Deposits and guarantees required

Further information will be provided in the Pre Qualification Questionnaire and Invitation to Tender.

III.1.2)

Main Terms of financing and payment and/or reference to the relevant provisions

Further information will be provided in the Pre Qualification Questionnaire and Invitation to Tender.

III.1.3)

Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded

The University reserves the right to require groupings of entities to take a particular form, or to require a party to provide primary legal liability or to require that each party undertakes joint several liability.

III.1.4)

Other particular conditions to which the performance of the contract is subject

The contract will be a JCT Standard Building Contract (2011) with Quantities.

III.2)

Conditions for Participation

III.2.1)

Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers


Further information will be provided in the Pre Qualification Questionnaire (PQQ) and Invitation to Tender (ITT). Details of how to obtain a PQQ are set out in section VI.3).

III.2.2)

Economic and financial capacity


Further information will be provided in the Pre Qualification Questionnaire (PQQ) and Invitation to Tender (ITT).



Further information will be provided in the Pre Qualification Questionnaire (PQQ) and Invitation to Tender (ITT).


III.2.3)

Technical capacity


Further information will be provided in the Pre Qualification Questionnaire (PQQ) and Invitation to Tender (ITT).



Further information will be provided in the Pre Qualification Questionnaire (PQQ) and Invitation to Tender (ITT).


III.2.4)

Reserved contracts

Unchecked box
Unchecked box

Section IV: Procedure

IV.1)

Type of Procedure


Unchecked box Checked box
Unchecked box Unchecked box
Unchecked box Unchecked box

Justification for the choice of accelerated procedure

IV.1.1)

Have candidates already been selected?

No

IV.1.2)

Limitations on the number of operators who will be invited to tender or to participate

5

Objective criteria for choosing the limited number of candidates

Details will be provided in the Pre Qualification Questionnaire (PQQ).

IV.1.3)

Reduction of the number of operators during the negotiation or dialogue

Unchecked box

IV.2)

Award Criteria

No


Yes

No

IV.2.2)

An electronic auction will be used

No

IV.3 Administrative Information

IV.3.1)

Reference number attributed to the notice by the contracting authority

IV.3.2)

Previous publication(s) concerning the same contract

Unchecked box
Unchecked box


Other previous publications

IV.3.3)

Conditions for obtaining specifications and additional documents

 03-12-2015  12:00

 


IV.3.4)

Time-limit for receipt of tenders or requests to participate

 03-12-2015  12:00

IV.3.5)

Date of dispatch of invitations to tender or to participate to selected candidates

 14-12-2015

IV.3.6)

Language or languages in which tenders or requests to participate can be drawn up

Checked box    

IV.3.7)

Minimum time frame during which the tenderer must maintain the tender 

IV.3.8)

Conditions for opening tenders





Section VI: Other Information

VI.1)

Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published


VI.2)

Does the contract relate to a Project/Programme financed by Community Funds?

No



VI.3)

Additional Information

The University may enter into a contract awarded through a subsidiary company. The University reserves without notice the right to change the procedure for awarding the contract, to reject all or any bids for the contract, to terminate the process and not to award a contract at any time without liability on its part. No contract will be created between the University and any party until a contract is executed between the University and the winning bidder. Tenders and all supporting documentation for the contract must be in English and must be priced in sterling, expressing an interest in, negotiating or tendering for this contract opportunity. Any agreement entered into will be governed by English law and will be subject to the exclusive jurisdiction of the English courts.

PQQ documentation can be accessed through the following weblink: www.edgehill.ac.uk/capitalprojects/tenders/technology-hub/

The closing date for the return of the completed PQQ is Thursday 3.12.2015 at 12:00.

VI.4)

Procedures for appeal

VI.4.1)

Body responsible for appeal procedures










Body responsible for mediation procedures










VI.4.2)

Lodging of appeals

The Contracting Authority 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 from the Contracting Authority before the contract is entered into. Such additional information should be required from the address shown in section 1.1. 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 (generally within 3 months). Where a contract has not been entered into, the Court may award 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 render it ineffective and set it aside or award damages (the purpose of the standstill period referred to above is to allow parties to apply to the Court before the contract is entered into).

VI.4.3)

Service from which information about the lodging of appeals may be obtained










VI.5)

Dispatch date of this Notice

 02-11-2015

Coding

Commodity categories

ID Title Parent category
45331110 Boiler installation work Heating, ventilation and air-conditioning installation work
45400000 Building completion work Construction work
45210000 Building construction work Works for complete or part construction and civil engineering work
45110000 Building demolition and wrecking work and earthmoving work Site preparation work
45300000 Building installation work Construction work
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work
45000000 Construction work Construction and Real Estate
45311200 Electrical fitting work Electrical wiring and fitting work
45310000 Electrical installation work Building installation work
45311000 Electrical wiring and fitting work Electrical installation work
45311100 Electrical wiring work Electrical wiring and fitting work
45220000 Engineering works and construction works Works for complete or part construction and civil engineering work
45430000 Floor and wall covering work Building completion work
45333200 Gas meter installation work Gas-fitting installation work
45333000 Gas-fitting installation work Plumbing and sanitary works
45331000 Heating, ventilation and air-conditioning installation work Plumbing and sanitary works
45320000 Insulation work Building installation work
45420000 Joinery and carpentry installation work Building completion work
45351000 Mechanical engineering installation works Mechanical installations
45350000 Mechanical installations Building installation work
45450000 Other building completion work Building completion work
45440000 Painting and glazing work Building completion work
45324000 Plasterboard works Insulation work
45410000 Plastering work Building completion work
45330000 Plumbing and sanitary works Building installation work
45332400 Sanitary fixture installation work Plumbing and drain-laying work
45100000 Site preparation work Construction work
45323000 Sound insulation work Insulation work
45321000 Thermal insulation work Insulation work
45331210 Ventilation installation work Heating, ventilation and air-conditioning installation work
45332200 Water plumbing work Plumbing and drain-laying work

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:
capitalprojectscomms@edgehill.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.