← Back to opportunities

Centre for Digital Healthcare Technology Main Build

Ulster University

Buyer Contact Info

Buyer Name: Ulster University

Buyer Address: Finance Office, Coleraine, UKN0C, BT52 1SA, United Kingdom

Contact Email: procurement_enquiries@ulster.ac.uk

Status
active
Procedure
selective
Value
19200000.0 GBP
Gross: 19200000 GBP
Published
19 Jan 2026, 18:51
Deadline
n/a
Contract Start
n/a
Contract End
n/a
Category
works
CPV
45000000 - Construction work
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Contract is for the provision of the Centre for Digital Healthcare Technology (CDHT) Works to Ulster University. The project will involve the construction of a new six storey building titled “Centre for Digital Health Technology” (CDHT) which is a research and development facility (Use Class B1), comprising of laboratories, office spaces, communal meeting areas, and public realm improvements to Frederick Street. The proposed site is located on footprint of the current Northland House building, adjacent to the existing Belfast City Centre Ulster University Campus (Block BC). The current Northland House building is located at 2-5a Fredrick Street Belfast, BT1 2NH and will be demolished prior to this appointment being made. The proposed development maintains its strong physical and visual connection to the wider Ulster University campus, reinforcing established pedestrian routes and arrival spaces. The building’s scale and stepped massing respond sensitively to the surrounding urban context, aligning with neighbouring structures along York Street & Fredrick Street. A refined landscape strategy has been developed to integrate the building seamlessly with its setting, including the removal of the existing boundary wall and the extension of landscaped areas into the adjacent client owned car park to create a more open, cohesive public realm. Architecturally, the design mirrors the design language of the wider Belfast Campus following a robust brick base and a refined upper façade, featuring high-quality curtain walling, natural stone panels, and glass reinforced concrete fins to enhance depth and street presence. The six-storey front block and two-storey rear podium provide a total GIA of approximately 3,980 m². The building will be constructed primarily in reinforced concrete flat slabs on rotary bored piles socketed into rock, with localised steel framing for roof plant areas. The substructure comprises grouped piles tied with deep pilecaps and perimeter ground beams that provide stability and support for the façade, while internal beams have been rationalised to reduce complexity and improve service coordination. CDHT is required to achieve a BREEAM ‘Excellent’ rating low-energy systems and climate-resilient materials are proposed throughout, to achieve a low carbon building. PV panels are installed on the roof, and a green roof is proposed for the two-storey terrace. Further details about the CDHT construction and design can be found in the supporting documents supplied with this PQQ. As of the time of writing, Q4 2025, the project is expecting a planning decision imminently. Planning was submitted in March 2025 and to date has received no objection from the consultee panel. Further details of the planning application can be found here: Northern Ireland Public Register. The planning application reference is LA04/2025/0477/F). The University is using Develop and Construct as the project delivery methodology under the Contract. This tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section 20(1) and (2)(b) of the Procurement Act 2023.

Linked Documents

No linked documents found for this notice.

Opportunity Context

More Information Links

External Link: https://www.find-tender.service.gov.uk/Notice/004556-2026

Link Description: Tender notice on Find a Tender

Lots

Lot 1 Status: active

Lot 1 Value (Gross): GBP 19,200,000

Lot 1 Contract Start: 2026-08-03T00:00:00+01:00

Lot 1 Contract End: 2029-05-31T23:59:59+01:00

Lot 1 Award Criterion (cost): Commercial Submission (65%)

Lot 1 Award Criterion (quality): Resources, Roles & Responsibilities (4.55%)

Lot 1 Award Criterion (quality): Project Delivery (8.75%)

Lot 1 Award Criterion (quality): Programme (7%)

Lot 1 Award Criterion (quality): Contract & Cost Management (4.55%)

Lot 1 Award Criterion (quality): Social Value (10.15%)

Documents

Document Description: Not published

Document Description: Tender notice on Find a Tender

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-COH-RC000726",
    "name": "Ulster University"
  },
  "date": "2026-01-19T18:51:25Z",
  "id": "004556-2026",
  "initiationType": "tender",
  "language": "en",
  "ocid": "ocds-h6vhtk-05d5ba",
  "parties": [
    {
      "additionalIdentifiers": [
        {
          "id": "PDLT-6268-MWZV",
          "scheme": "GB-PPON"
        }
      ],
      "address": {
        "country": "GB",
        "countryName": "United Kingdom",
        "locality": "Coleraine",
        "postalCode": "BT52 1SA",
        "region": "UKN0C",
        "streetAddress": "Finance Office"
      },
      "contactPoint": {
        "email": "procurement_enquiries@ulster.ac.uk"
      },
      "details": {
        "classifications": [
          {
            "description": "Public authority - sub-central government",
            "id": "publicAuthoritySubCentralGovernment",
            "scheme": "UK_CA_TYPE"
          },
          {
            "description": "Northern Irish devolved regulations apply",
            "id": "GB-NIR",
            "scheme": "UK_CA_DEVOLVED_REGULATIONS"
          }
        ],
        "url": "http://www.ulster.ac.uk"
      },
      "id": "GB-COH-RC000726",
      "identifier": {
        "id": "RC000726",
        "scheme": "GB-COH"
      },
      "name": "Ulster University",
      "roles": [
        "buyer"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "aboveThreshold": true,
    "awardPeriod": {
      "endDate": "2026-07-06T23:59:59+01:00"
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Contract is for the provision of the Centre for Digital Healthcare Technology (CDHT) Works to Ulster University.  \nThe project will involve the construction of a new six storey building titled \u201cCentre for Digital Health Technology\u201d (CDHT) which is a research and development facility (Use Class B1), comprising of laboratories, office spaces, communal meeting areas, and public realm improvements to Frederick Street.\nThe proposed site is located on footprint of the current Northland House building, adjacent to the existing Belfast City Centre Ulster University Campus (Block BC). The current Northland House building is located at 2-5a Fredrick Street Belfast, BT1 2NH and will be demolished prior to this appointment being made.  \nThe proposed development maintains its strong physical and visual connection to the wider Ulster University campus, reinforcing established pedestrian routes and arrival spaces. The building\u2019s scale and stepped massing respond sensitively to the surrounding urban context, aligning with neighbouring structures along York Street \u0026 Fredrick Street. A refined landscape strategy has been developed to integrate the building seamlessly with its setting, including the removal of the existing boundary wall and the extension of landscaped areas into the adjacent client owned car park to create a more open, cohesive public realm.\nArchitecturally, the design mirrors the design language of the wider Belfast Campus following a robust brick base and a refined upper fa\u00e7ade, featuring high-quality curtain walling, natural stone panels, and glass reinforced concrete fins to enhance depth and street presence. The six-storey front block and two-storey rear podium provide a total GIA of approximately 3,980 m\u00b2. The building will be constructed primarily in reinforced concrete flat slabs on rotary bored piles socketed into rock, with localised steel framing for roof plant areas. The substructure comprises grouped piles tied with deep pilecaps and perimeter ground beams that provide stability and support for the fa\u00e7ade, while internal beams have been rationalised to reduce complexity and improve service coordination.\nCDHT is required to achieve a BREEAM \u2018Excellent\u2019 rating low-energy systems and climate-resilient materials are proposed throughout, to achieve a low carbon building. PV panels are installed on the roof, and a green roof is proposed for the two-storey terrace. \nFurther details about the CDHT construction and design can be found in the supporting documents supplied with this PQQ.  As of the time of writing, Q4 2025, the project is expecting a planning decision imminently. Planning was submitted in March 2025 and to date has received no objection from the consultee panel. Further details of the planning application can be found here: Northern Ireland Public Register. The planning application reference is LA04/2025/0477/F).\nThe University is using Develop and Construct as the project delivery methodology under the Contract.\nThis tender notice is for the award of a public contract through a competitive flexible procedure in accordance with section\u202f20(1) and (2)(b) of the Procurement Act 2023.",
    "documents": [
      {
        "description": "Not published",
        "documentType": "conflictOfInterest",
        "id": "conflictOfInterest"
      },
      {
        "datePublished": "2026-01-19T18:51:25Z",
        "description": "Tender notice on Find a Tender",
        "documentType": "tenderNotice",
        "format": "text/html",
        "id": "004556-2026",
        "noticeType": "UK4",
        "url": "https://www.find-tender.service.gov.uk/Notice/004556-2026"
      }
    ],
    "enquiryPeriod": {
      "endDate": "2026-02-19T15:00:00+00:00"
    },
    "expressionOfInterestDeadline": "2026-03-05T15:00:00+00:00",
    "id": "CfT_6269486",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Construction work",
            "id": "45000000",
            "scheme": "CPV"
          },
          {
            "description": "Works for complete or part construction and civil engineering work",
            "id": "45200000",
            "scheme": "CPV"
          },
          {
            "description": "Building construction work",
            "id": "45210000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "country": "GB",
            "countryName": "United Kingdom",
            "region": "UKN"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "2023/54",
      "scheme": "UKPGA",
      "uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "name": "Commercial Submission",
              "numbers": [
                {
                  "number": 65,
                  "weight": "percentageExact"
                }
              ],
              "type": "cost"
            },
            {
              "name": "Resources, Roles \u0026 Responsibilities",
              "numbers": [
                {
                  "number": 4.55,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Project Delivery",
              "numbers": [
                {
                  "number": 8.75,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Programme",
              "numbers": [
                {
                  "number": 7.0,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Contract \u0026 Cost Management",
              "numbers": [
                {
                  "number": 4.55,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            },
            {
              "name": "Social Value",
              "numbers": [
                {
                  "number": 10.15,
                  "weight": "percentageExact"
                }
              ],
              "type": "quality"
            }
          ]
        },
        "contractPeriod": {
          "endDate": "2029-05-31T23:59:59+01:00",
          "startDate": "2026-08-03T00:00:00+01:00"
        },
        "id": "1",
        "secondStage": {
          "maximumCandidates": 6
        },
        "selectionCriteria": {
          "criteria": [
            {
              "description": "As per Tender documentation.",
              "type": "economic"
            },
            {
              "description": "As per Tender documentation.",
              "type": "technical"
            },
            {
              "description": "It is anticipated that, subject to a sufficient number of compliant PQQ Responses being received, a maximum of six (6) Suppliers plus ties (if applicable and as detailed further below) who:\n(1)\tmeet the requirements set out in Sections 5.1 \u2013 5.5 of the Memorandum of Information; and\n(2)\tachieve the six highest total overall weighted scores for their responses to the technical ability questions of the PQQ Response,\nwill be invited to submit tenders. \nWhere there is a tie for a shortlisted place, then all tied Suppliers in that tied position will be invited to tender. A tie is deemed to occur where two or more Suppliers have identical scores or a score within 1 mark (out of a score of 100). For example, if two Suppliers are tied in fifth place, both Suppliers would be shortlisted, and the sixth placed Supplier would not be shortlisted.\nNotwithstanding that the University anticipates selecting a maximum of six Suppliers to progress to the tendering stage, it reserves the right to accept fewer than six or, subject to the rules on dealing with Suppliers tied in sixth place, the University reserves the right to select more than six.",
              "forReduction": true
            }
          ]
        },
        "status": "active",
        "value": {
          "amountGross": 19200000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "works",
    "procedure": {
      "features": "This Competition is being conducted using the competitive flexible procedure in accordance with the Act. This procedure involves a two-stage tendering process with an initial PQQ stage (which involves application of the Conditions of Participation to shortlist eligible Suppliers) and an award stage (which involves application of the Award Criteria to tender responses submitted by shortlisted eligible Suppliers to determine the most advantageous tender). This MoI is being issued to those Suppliers who have expressed an interest in tendering for the Contract.\nIn accordance with Section 24 of the Procurement Act 2023, the University may refine award criteria during this Competitive Flexible Procedure. Any refinements will be limited to the criteria already set out in this notice and associated procurement documents, will not alter the overall subject matter or relative weightings, and will be communicated to all suppliers prior to the invitation to submit final tenders. Where a refinement is applied, the University will modify and republish, or provide again, this notice and any associated documents affected.\nThe University also reserves the right to amend the indicative stages of the Competitive Flexible Procedure. The process described in this notice is provisional and will be finalised in the tender documentation issued to participating suppliers."
    },
    "procurementMethod": "selective",
    "procurementMethodDetails": "Competitive flexible procedure",
    "riskDetails": "Ulster University reserves the right to hold additional rounds of negotiation / dialogue with tenderers; to require the submission of any further or additional information or tender submissions; to award the Contract following the submission of initial tenders and/or to down-select tenderers at specified points in the process. For the avoidance of doubt, final tenders will not be subject to any negotiation with the University (however, they may be subject to clarification, if required, at Ulster University\u2019s absolute discretion). The University reserves the right: to reject any or all PQQ or tender responses and to cancel or withdraw the procurement process at any stage; to award a contract without prior notice; to change the basis of, the procedure and the timescales set out or referred to in the procurement documents; to require a tenderer to clarify its PQQ or tender response in writing and/or provide additional information; to terminate the procurement process; and/or to amend the terms and conditions of the PQQ or tender evaluation process or negotiation process in line with section 31 of the Procurement Act 2023.\nSuppliers should note that all dates, time periods and figures in relation to values and volumes specified in this notice and the procurement documents are approximate only and the University reserves the right to change any or all of them.",
    "status": "active",
    "submissionMethodDetails": "Tenders must be submitted electronically via the  relevant Call for Tender (CfT) opportunity  on eTendersNI, website details immediately below.\nPaper submissions will not be accepted or considered and will be rejected by Ulster University.\nThe tender documents are available with unrestricted and full direct access, free of charge, at: URL https://etendersni.gov.uk/epps",
    "submissionTerms": {
      "electronicSubmissionPolicy": "allowed",
      "languages": [
        "en"
      ]
    },
    "title": "Centre for Digital Healthcare Technology Main Build",
    "value": {
      "amountGross": 19200000,
      "currency": "GBP"
    }
  }
}