Overhaul and refurbishment work (№10508959)

13 oct

Number: 10508959

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


13-10-2018

Description


  1. Section I
    1. Name and addresses
      University College London
      Gower Street
      London
      WC1E 6BT
      United Kingdom
      E-mail: [email protected]
    2. Type of the contracting authority:
      European institution/agency or international organisation
    3. Main activity:
      Education
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Eastman Dental Institute Relocation

        Reference number: UCL-PROC-735
      2. Main CPV code:
        45453000
      3. Type of contract:
        Works
      4. Short description:

        The project comprises the creation of facilities to allow the Eastman Dental Institute to relocate from their current facilities at 256 and 123 Gray’s Inn Road into the Rockefeller and Huntley street buildings. As a consequence of the relocation several users already present within the building relocate to new facilities elsewhere within the building. Works are proposed to unconnected spaces across the ground to fourth floor of the building. These works will be implemented while adjacent spaces remain occupied and in-use. The project is being procured as a two stage design and build contract.

      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 85 000 000.00 GBP
    2. Description
      1. Title:
      2. Additional CPV code(s):

      3. Place of performance:
        Main site or place of performance:

        Rockefeller Building and 74 Huntley Street 21 University Street London WC1E 6JJ

      4. Description of the procurement:

        Full design and build services.

      5. Award criteria:
        Quality criterion - Name: Quality / Weighting: 60 %
        Price - Weighting: 40 %
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:

        Potential bidders should note that a 2 stage tender assessment process will be undertaken; with only the response to the selection assessment assessed and ranked for all tenderers, and full tender assessment undertaken only for shortlisted tenderers.

  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: no
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2018/S 152-348252
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Award of contract
      1. Date of conclusion of the contract: 2018-09-21
      2. Information about tenders:
        Number of tenders received: 7
        Number of tenders received by electronic means: 7
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        ISG Construction
        London
        United Kingdom
        The contractor is an SME: no
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 8 500 000.00 GBP
        Total value of the contract/lot: 8 500 000.00 GBP
      5. Information about subcontracting:

  5. Section VI
    1. Additional information

      Potential bidders should note that a 2 stage tender assessment process will be undertaken; with only the response to the selection assessment assessed and ranked for all tenderers, and full tender assessment undertaken only for shortlisted tenderers.

    2. Procedures for review
      1. Review body
        Royal Court of Justice
        The Strand
        London
        WC2A 2LL
        United Kingdom
      2. Body responsible for mediation procedures
        Centre for Effective Dispute Resolution (CEDR)
        70 Fleet Street
        London
        EC4Y 1EU
        United Kingdom
      3. Service from which information about the review procedure may be obtained



    3. Date of dispatch of this notice
      2018-10-09