UK-Leeds: Overhaul and refurbishment work.

UK-Leeds: Overhaul and refurbishment work.

Section I: Contracting Authority

I.1) Name, Addresses and Contact Point(s):
University of Leeds
Purchasing Office, 29 — 31 Cromer Terrace, Leeds, LS2 9JT, 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.4)Type of the contracting authority:
Body governed by public law

I.5) Main activity:
Education

Section II: Object Of The Contract

II.1) Scope of the procurement

II.1.1) Title: Faculty of Biological Sciences Refurbishment
Reference number: Z/3099

II.1.2) Main CPV code:
45453000 - Overhaul and refurbishment work.
IA25-1 - Refurbishment


II.1.3) Type of contract: WORKS

II.1.4) Short description: The University of Leeds (the "University") is seeking the appointment of a building contractor for the refurbishment of Levels 9, 8 and 7 of the Garstang building, along with some other minor works within the rest of Faculty of Biological Sciences (FBS).

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

II.1.7) Total value of the procurement (excluding VAT)
Value: 15,700,000

Currency:GBP

II.2) Description

II.2.2) Additional CPV code(s):
Not Provided

II.2.3) Place of performance
Nuts code:
UKE42 - Leeds

Main site or place of performance:
Leeds


II.2.4) Description of the procurement: As the value of the project is above than the OJEU threshold for Works procurement, the University is utilising the Accelerated Competitive Procedure with Negotiation in accordance with Regulation 29 of the Regulations.

II.2.5) Award criteria:
Quality criterion - Name: Level 2 Programme and Phasing / Weighting: 10
Quality criterion - Name: Construction methodology, including risk mitigation and health & safety approach / Weighting: 10
Quality criterion - Name: Design information commentary / Weighting: 10
Quality criterion - Name: Proposed team and resource plan / Weighting: 5
Quality criterion - Name: Terms and Conditions of Contract / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 10

Cost criterion - Name: Prelims, overheads and profit / Weighting: 10
Cost criterion - Name: Lump sum tender price / Weighting: 30
Cost criterion - Name: Detailed elemental cost breakdown / Weighting: 10


II.2.11) Information about options
Options: 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


II.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

IV.1.1)Type of procedure: Competitive procedure with negotiation Accelerated
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 refurbishing the Faculty of Biological Sciences. Due to a technical issue with the University's e-Sourcing system and to ensure that the teaching timelines are met. The University of Leeds needs to utilise the Accelerated Competitive Procedure with Negotiation in accordance with Regulation 29 of the Regulations. 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


IV.1.6) Information about electronic auction
An electronic auction has been used: No

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
Not Provided


IV.2.9) Information about termination of call for competition in the form of a prior information notice
The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

Contract No: Not Provided
Lot Number: Not Provided
Title: Not Provided

A contract/lot is awarded: Yes


V.2) Award of contract

V.2.1) Date of conclusion of the contract: 11/10/2018

V.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: Not Provided
Number of tenders received from tenderers from other EU Member States: Not Provided
Number of tenders received from tenderers from non-EU Member States: Not Provided
Number of tenders received by electronic means: Not Provided

V.2.3) Name and address of the contractor

The contract has been awarded to a group of economic operators: No

Contractor (No.1)
Styles & Wood Limited
Cavendish House, Cross Street, Sale, Manchester, M33 7BU, United Kingdom
Tel. +44 1619266275, Email: james.mckenzie@stylesandwood.co.uk
NUTS Code: UKD33
The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: Not Provided
Total value of the contract/lot: 15,700,000
Currency: GBP

V.2.5) Information about subcontracting
The contract is likely to be subcontracted: No

Section VI: Complementary information

VI.3) Additional information: To view this notice, please click here:
https://neupc.delta-esourcing.com/delta/viewNotice.html?noticeId=352421381

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.4.3) Review procedure
Precise information on deadline(s) for review procedures: Not Provided

VI.4.4) Service from which information about the review procedure may be obtained
Not Provided

VI.5) Date of dispatch of this notice: 17/10/2018