UK-Leeds: Works for complete or part construction and civil engineering work.

UK-Leeds: Works for complete or part construction and civil engineering work.
Section I: Contracting Authority
I.1) Name and addresses
University of Leeds
Purchasing Office, 29 - 31 Cromer Terrace, Leeds, LS2 9JU, United Kingdom
Tel. +44 1133437534, Email: r.trimble@adm.leeds.ac.uk
Contact: Richard Trimble
Main Address: www.leeds.ac.uk
NUTS Code: UKE42
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.delta-esourcing.com/tenders/UK-UK-Leeds:-Works-for-complete-or-part-construction-and-civil-engineering-work./G68NSPV7Q4
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via http://www.delta-esourcing.com/tenders/UK-title/G68NSPV7Q4 to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://www.delta-esourcing.com/tenders/UK-title/G68NSPV7Q4
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: CIEL Spen Farm Main Works
Reference Number: Z/3095
II.1.2) Main CPV Code:
45200000 - Works for complete or part construction and civil engineering work.
FG17-0 - For use in agriculture

II.1.3) Type of contract: WORKS
II.1.4) Short description: Spen Farm is an existing pig farm owned by the University of Leeds. The existing facility is coming to the end of its lifecycle and the facility is not capable of supporting the increase in operational and academic staff, and the progression of academic learning and development. On this basis a bespoke facility was proposed for the purpose of improving accessibility, operations and the well-being of the staff and livestock.

The new pig facility is approximately 7,500m2 and includes; five new pig sheds which support the life and development of new livestock. In conjunction with the new facility, the project will include an ancillary building, providing approximately 900m2 of space including; offices, meeting rooms, seminar spaces, welfare facilities for staff and animals and laboratories which support the academic function of the building.
II.1.5) Estimated total value:
Value excluding VAT: 8,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UKE42 Leeds

II.2.4) Description of procurement: 0.1The University is seeking to appoint a Principal Contractor to work with a number of specialist providers in redeveloping its pig facility at Spen Farm, replacing the sheds which support the development of livestock as well as enhancing our academic facilities there. Due to a technical issue with the University’s e-Sourcing system and constraints on the funding on which this project is reliant, the University of Leeds needs to utilise the Accelerated Restricted procedure as defined under Regulation 28 (10). Failure to meet external demands on the programme may jeopardise the overall project.
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: 8,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Start: 29/05/2018 / End: 11/06/2019
This contract is subject to renewal: No
Description of renewals: Not provided
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 4
/ Maximum number: 6
Objective criteria for choosing the limited number of candidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: Options are being explored on the specified feed system. As per below.
Option 1 – University to procure the Agrisys feed system. Contractor required to manage and coordinate the design, delivery of the equipment, installation and commissioning of the feed system (See Appendix A – Works Information, provided in the ITT document set)
Option 2 – Contractor to procure the Agrisys feed system. Manage and co-ordinate the design, delivery of the equipment, installation and commissioning of the feed system. (Please note tenderers will be evaluated on Option 1 only. Tenderers are however to provide costs for both options)
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Centre of Innovation Excellence in Livestock (CIEL)
II.2.14) Additional information: Not provided


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:
Not Provided
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
The contract for this project is NEC Option A
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes

Section IV: Procedure
IV.1) Description RESTRICTED
IV.1.1) Type of procedure: Restricted Acclerated
Justification for the choice of accelerated procedure: The University is seeking to appoint a Principal Contractor to work with a number of specialist providers in redeveloping its pig facility at Spen Farm, replacing the sheds which support the development of livestock as well as enhancing our academic facilities there. Due to a technical issue with the University’s e-Sourcing system and constraints on the funding on which this project is reliant, the University of Leeds needs to utilise the Accelerated Restricted procedure as defined under Regulation 28 (10). Failure to meet external demands on the programme may jeopardise the overall project.
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
The procurement involves the setting up of a dynamic purchasing system - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 18/12/2017 Time: 10:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 21/12/2017
IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted No
Electronic payment will be used Yes
VI.3) Additional Information: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=290317259
To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=290317259
VI.4) Procedures for review
VI.4.1) Review body:
High Court of England and Wales
Royal Courts of Justice, Strand, London, WC2A 2LL, United Kingdom
Tel. +44 2079477882
Internet address: http://www.justice.gov.uk
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 30/11/2017

Annex A