United Kingdom-Manchester: Construction work

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-Manchester: Construction work
OJEU (High Value) 272915-2020
Type Invitation to tender
Date Published 2020-06-11
Deadline 2020-07-10 12:00:00
Nature Of Contract Public works contract
Awarding Authority
Procedure Restricted procedure

Description :
CONTRACT NOTICE


Section I: Contracting authority

I.1) Name and addresses:
Official name: The University of Manchester
Postal address: Oxford Road
Town: Manchester
Postal code: M13 9PL
Country: UK
Telephone: +44 1612752160
E-mail: procurement@manchester.ac.uk
NUTS code: UKD3
Main address: http://www.procurement.manchester.ac.uk/

Communication
I.3) Procurement documents
(URL): External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Additional Information
I.3.4) Additional information can be obtained from:
I.3.8) to the above mentioned address
I.4) Type of the contracting authority: BODY PUBLIC

Main Activity
I.5.1) Main Activity: EDUCATION

Section II: Object of Contract


Title:
Henry Royce Building — Sixth Floor Fit Out

Reference number: 2020/1650/HR6F/SL/CH

II.1.4) Short description
The University of Manchester wishes to appoint a contractor to perform the fit out works to the sixth floor at the Henry Royce Institute Hub Building at the University of Manchester. The project will be part funded by the European Regional Development Fund (ERDF — https://www.gov.uk/guidance/england-2014-to-2020-european-structural-and-investment-funds

II.01) Estimated value excluding VAT:
GBP 4000000.00

Information about lots
II.1.6) This contract is divided into lots: no

Description: Item/Lot 1
NUTS code: UKD3
II.2.3.2) Main site or place of performance:
The University of Manchester.

II.1.4) Short description
The University of Manchester wishes to appoint a main contractor to undertake the fit-out of laboratories and offices at level six of the newly constructed Henry Royce Institute Hub Building to create the Sustainable Materials Innovation Hub.

The project is receiving up to GBP3 million of funding from the England European Structural and Investment Funds Growth Programme 2014-2020. The Ministry of Housing, Communities and Local Government and the Department for Work and Pensions (and in London the intermediate body Greater London Authority) are the managing authorities for European Regional Development Fund and European Social Fund funding through the Growth Programme — funds established by the European Union to help local areas stimulate their economic development. By investing in projects, the funds will help to support innovation, businesses, skills and employment to improve local growth and create jobs. For more information visit https://www.gov.uk/guidance/england-2014-to-2020-european-structural-and-investment-funds

The proposed works include the formation of three laboratories as well as providing various open and cellular office spaces. The works also include for upgrading and extending services to enable c.100 piece of equipment to be installed, dedicated and specified for the research requirements of the Henry Royce Institute Hub Building. The project will require validation of and associated liability for any building-wide systems that interface with any installation provided as part of the works.

Collectively the three laboratories have been designed to include:

• 23 No fume cupboards (inclusive of 6 No walk-in fume cupboards);

• 14 No extraction arms;

• emergency shower;

• various wash hand basins with emergency eyewash stations;

• LN2 gas storage;

• laboratory equipment (c.100 items); and

• laboratory furniture.

The fit-out of the space will also include services provisions, including ICT and security, drainage, domestic water services, gas, ventilation, air conditioning and the like.

II.2.5) Award criteria:

II.2.6) Duration of the contract, framework agreement or dynamic purchasing system
II.2.7) Start: 2020-11-02
II.2.7) End: 2021-10-18
II.2.7.5) This contract is subject to renewal: no
II.2.9) Envisaged number of candidates 5
II.2.9,4) Objective criteria for choosing the limited number of candidates:
The University intends to invite the top five highest ranked candidates to participate in the invitation to tender on the basis of the ranking of candidates at selection stage and provided they all meet any minimum standards of qualification. Selection of suppliers will be based on information provided in response to the selection questionnaire and assessed against the selection criteria set out in the selection questionnaire.

In the event that candidates' scores are tied resulting in the maximum number to be shortlisted being exceeded, a tiebreaker exercise will be conducted by the University. Further information is available in the procurement documentation.

II.2.10) Variants will be accepted: no

The procurement is related to a project and/or programme financed by European Union funds)
The project is partly funded by an ERDF award.


Additional Information:

Candidates must have a notation value of at least GBP 4 m, as described in the procurement documents.

Dates provided in II.2.7) are indicative only.


Section III: Legal, economic, financial and technical information

III.1.1) List and brief description of conditions
Information, formalities and necessary requirements to be met will be set out in the procurement documents, all of which are available via the University’s procurement portal In-Tend – External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

III.1.2) Economic and financial standing
III.1.2.2) Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
III.1.3.1.2) Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1.1) Type of procedure: Restricted
IV.1.1) Type of procedure: Restricted procedure

Notice number in the OJ S 2020/S 098-236089
IV.2.1) Time limit for receipt of tenders or requests to participate
IV.2.2) Date 2020-07-10
IV.2.2) Local time 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
2020-07-24


IV.2.6) Duration in months (from the date stated for receipt of tender): 3

Section V: Complementary information



Review body:
Official name: The High Court of Justice of England
Postal address: WC2A 2LL
Town: London
Postal code: Strand
Country: UK

Body responsible for mediation procedures
Official name: The University of Manchester
Postal address: Oxford Road
Town: Manchester
Postal code: M13 9PL
Country: UK
URL: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.
VI.4.3) Precise information on deadline(s) for review procedures
The authority will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by the authority as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2015 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must generally be brought within 3 months. If a declaration of ineffectiveness is sought, any such action must be brought within 30 days where the authority has communicated the award of the contract and a summary of reasons to tenderers or otherwise within 6 months of the contract being entered into. Where a contract has not been entered into, the Court may order 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, depending on the circumstances, award damages, make a declaration of ineffectiveness, order the authority to pay a fine and/or order that the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.


VI.04.04) Service from which information about the review
Official name: The University of Manchester
Postal address: Oxford Road
Town: Manchester
Postal code: M13 9PL
Country: UK
Telephone: +44 1612752160
E-mail: procurement@manchester.ac.uk
URL: External Portal Detected (Private Hosting) - Please note that access to this portal will be provided free of charge.

Section VI

Date of dispatch of this notice : 2020-06-08

CPV Codes
45000000; 45300000; 45400000; 45214400; 45214610; Construction work; Building installation work; Building completion work; Construction work for university buildings; Laboratory building construction work;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.