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

JSV Sports Extension Works

  • First published: 19 September 2023
  • Last modified: 19 September 2023

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:
ocds-h6vhtk-03ee4f
Published by:
University of Ulster
Authority ID:
AA20018
Publication date:
19 September 2023
Deadline date:
19 October 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Ulster University is seeking to procure a contract for the Extension Works to the High Performance Centre (HPC) located within the Jordanstown Sports Village (JSV).

This contract will consist of 2no. sections of works.

Section 1 will provide circa 2,500sqm of additional accommodation to supplement the existing High Performance Centre located within the Jordanstown Sports Village. The building will sit within the current car park to the west of the existing facility and will connect into the HPC building at two points on the ground floor and 1 point on the first floor. The additional accommodation includes a gym, fitness studios, teaching spaces, changing rooms, catering facility and a new reception area. Works will also require the provision of mechanical and electrical building services and ground works.

The fully constructed building is to be operational by the Summer of 2025.

Section 2 will remove the existing 3G surface within the Sports Hall located within the HPC building and replace with a Timber Sprung wooden floor, installation of 2no. new division curtains and creation of new openings into the Sports Hall. It is envisaged this work will occur over the Summer of 2025 completing in advance of the start of the academic year (September 2025).

The design is being progressed by the University appointed consultants up to and including RIBA Stage 4. The project will be delivered to BREEAM Excellent.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Ulster

NIC100166

Block X Room X031, Cromore Road

Coleraine

BT52 1SA

UK

Telephone: +44 2870123760

E-mail: d.quinn@ulster.ac.uk

NUTS: UKN

Internet address(es)

Main address: www.ulster.ac.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://e-sourcingni.bravosolution.co.uk/web/login.shtml


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://e-sourcingni.bravosolution.co.uk/web/login.shtml


Tenders or requests to participate must be sent to the abovementioned address


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

JSV Sports Extension Works

Reference number: project_27573

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

JSV Sports Extension Works

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45100000

45300000

45400000

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Jordanstown Sports Village, Shore Rd, Newtownabbey, BT37 0QB

II.2.4) Description of the procurement

Ulster University is seeking to procure a contract for the Extension Works to the High Performance Centre (HPC) located within the Jordanstown Sports Village (JSV).

This contract will consist of 2no. sections of works.

Section 1 will provide circa 2,500sqm of additional accommodation to supplement the existing High Performance Centre located within the Jordanstown Sports Village. The building will sit within the current car park to the west of the existing facility and will connect into the HPC building at two points on the ground floor and 1 point on the first floor. The additional accommodation includes a gym, fitness studios, teaching spaces, changing rooms, catering facility and a new reception area. Works will also require the provision of mechanical and electrical building services and ground works.

The fully constructed building is to be operational by the Summer of 2025.

Section 2 will remove the existing 3G surface within the Sports Hall located within the HPC building and replace with a Timber Sprung wooden floor, installation of 2no. new division curtains and creation of new openings into the Sports Hall. It is envisaged this work will occur over the Summer of 2025 completing in advance of the start of the academic year (September 2025).

The design is being progressed by the University appointed consultants up to and including RIBA Stage 4. The project will be delivered to BREEAM Excellent.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 8 050 250.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 30

This contract is subject to renewal: No

II.2.9) Information about the limits on the number of candidates to be invited

Objective criteria for choosing the limited number of candidates:

Pre-Qualification Questionnaire (PQQ)

It is anticipated that, subject to a sufficient number of compliant and satisfactory responses being received, a maximum of five (5) Economic Operators plus ties (if applicable and as detailed further below) who meet the requirements stated in the PQQ Documentation and:

• who receive a total overall weighted score of 45 or more for their response to PQQ – Part E (in relation to technical or professional ability); and

• who achieve the five highest total overall weighted scores for their responses to PQQ Part E (in accordance with Section 5.4 of the PQQ Documentation)

will be invited to submit tenders.

Where there is a tie for a shortlisted place, then all tied Economic Operators in that tied position will be invited to tender. A tie is deemed to occur where two or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100). For example, if two Economic Operators are tied in fourth place, both Economic Operators would be shortlisted, and the fifth placed Economic Operator would not be shortlisted.

Notwithstanding that the University anticipates selecting a maximum of five Economic Operators to progress to the tendering stage, it reserves the right to select less.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options:

It is anticipated the Contract duration will be up to eighteen (18) months during the initial construction period and twelve (12) months for the defects liability period. Therefore, the total Contract duration will be approximately thirty (30) months.

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 III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

As stated in the procurement documents.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

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:

2023/S 000-023248

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 19/10/2023

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 9 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The University welcomes interest from all capable potential providers to submit a response to the pre-qualification questionnaire (PQQ). However, interested parties are advised that they must ultimately satisfy the minimum requirements of the initial PQQ selection criteria that is be set out in the procurement documents, in order to be considered for shortlisting to proceed to the next stage, invitation to tender (ITT) award criteria of the procurement process.

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.4.3) Review procedure

Precise information on deadline(s) for review procedures:

The University will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. The Public Contracts Regulations 2015 (as amended) 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.5) Date of dispatch of this notice

18/09/2023

Coding

Commodity categories

ID Title Parent category
45400000 Building completion work Construction work
45300000 Building installation work Construction work
45000000 Construction work Construction and Real Estate
45100000 Site preparation work Construction 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:
d.quinn@ulster.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.