Notice Information
Notice Title
Centre for Digital Healthcare Technology Main Build
Notice 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 facade, 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 facade, 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.
Planning Information
UU received an invitation from Belfast City Council to an event being arranged by themselves in conjunction with the Construction Employer's Federation to present to industry the Belfast Regional City Deal projects. The event was held at the CEF offices on the 23rd June 2025. At this session BCC updated on the wider BRCD status. UU presented on the CDHT project and provided information on anticipated delivery timelines, design, scale and cost of the project. CCS Construction Works and Associated Services Lot 3.5 for N. Ireland (value band £10-30M) was deemed as potentially suitable for the CDHT Main Build project, subject to sufficient interest in participation from the Framework contractors. Expressions of Interest were sought in July 2025 from all 6 suppliers on the relevant Framework Lot. One Contractor responded immediately advising they would decline the opportunity to participate, citing other PQQ/Tender commitments which were more attractive in terms of scope and scale. In August 2025 a second contractor, who had initially confirmed they would be interested in participating, contacted the University Procurement Office to advise that their position had changed and that they would no longer be interested in participating. This resulted in only a total of 4 of the 6 parties on the Framework expressing interest in participating. The limited amount of potential participants, coupled with the risk of further participants falling away during the competition itself, presented an unacceptable position to the University due to the challenges this would present in achieving and demonstrating value for money along with limited amount of SME's that would participate. It was recommended and accepted that the CDHT project progresses under a Competitive Flexible process for the procurement of an IST.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05d5ba
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/004556-2026
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- UK4 - Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Competitive flexible procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45200000 - Works for complete or part construction and civil engineering work
45210000 - Building construction work
Notice Value(s)
- Tender Value
- £19,200,000 £10M-£100M
- Lots Value
- £19,200,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Jan 2026Today
- Submission Deadline
- 19 Feb 20261 months to go
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Aug 2026 - 31 May 2029 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- ULSTER UNIVERSITY
- Additional Buyers
- Contact Name
- Not specified
- Contact Email
- procurement_enquiries@ulster.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- COLERAINE
- Postcode
- BT52 1SA
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN0C Causeway Coast and Glens
- Delivery Location
- TLN Northern Ireland
-
- Local Authority
- Causeway Coast and Glens
- Electoral Ward
- University
- Westminster Constituency
- East Londonderry
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/004556-2026
19th January 2026 - Tender notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/069162-2025
28th October 2025 - Preliminary market engagement notice on Find a Tender
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-05d5ba-2026-01-19T18:51:25Z",
"date": "2026-01-19T18:51:25Z",
"ocid": "ocds-h6vhtk-05d5ba",
"initiationType": "tender",
"parties": [
{
"id": "GB-COH-RC000726",
"name": "Ulster University",
"identifier": {
"scheme": "GB-COH",
"id": "RC000726"
},
"additionalIdentifiers": [
{
"scheme": "GB-PPON",
"id": "PDLT-6268-MWZV"
}
],
"address": {
"streetAddress": "Finance Office",
"locality": "Coleraine",
"postalCode": "BT52 1SA",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKN0C"
},
"contactPoint": {
"email": "procurement_enquiries@ulster.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
},
{
"id": "GB-NIR",
"scheme": "UK_CA_DEVOLVED_REGULATIONS",
"description": "Northern Irish devolved regulations apply"
}
],
"url": "http://www.ulster.ac.uk"
}
}
],
"buyer": {
"id": "GB-COH-RC000726",
"name": "Ulster University"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "UU received an invitation from Belfast City Council to an event being arranged by themselves in conjunction with the Construction Employer's Federation to present to industry the Belfast Regional City Deal projects. The event was held at the CEF offices on the 23rd June 2025. At this session BCC updated on the wider BRCD status. UU presented on the CDHT project and provided information on anticipated delivery timelines, design, scale and cost of the project. CCS Construction Works and Associated Services Lot 3.5 for N. Ireland (value band PS10-30M) was deemed as potentially suitable for the CDHT Main Build project, subject to sufficient interest in participation from the Framework contractors. Expressions of Interest were sought in July 2025 from all 6 suppliers on the relevant Framework Lot. One Contractor responded immediately advising they would decline the opportunity to participate, citing other PQQ/Tender commitments which were more attractive in terms of scope and scale. In August 2025 a second contractor, who had initially confirmed they would be interested in participating, contacted the University Procurement Office to advise that their position had changed and that they would no longer be interested in participating. This resulted in only a total of 4 of the 6 parties on the Framework expressing interest in participating. The limited amount of potential participants, coupled with the risk of further participants falling away during the competition itself, presented an unacceptable position to the University due to the challenges this would present in achieving and demonstrating value for money along with limited amount of SME's that would participate. It was recommended and accepted that the CDHT project progresses under a Competitive Flexible process for the procurement of an IST.",
"dateMet": "2025-09-30T00:00:00+01:00",
"status": "met"
}
],
"documents": [
{
"id": "069162-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/069162-2025",
"datePublished": "2025-10-28T18:01:47Z",
"format": "text/html"
}
]
},
"tender": {
"id": "CfT_6269486",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Centre for Digital Healthcare Technology Main Build",
"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 facade, 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 facade, 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.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45200000",
"description": "Works for complete or part construction and civil engineering work"
},
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
}
],
"deliveryAddresses": [
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKN",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 19200000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"contractPeriod": {
"startDate": "2026-08-03T00:00:00+01:00",
"endDate": "2029-05-31T23:59:59+01:00"
},
"status": "active",
"value": {
"amountGross": 19200000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "cost",
"name": "Commercial Submission",
"numbers": [
{
"number": 65,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Resources, Roles & 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,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Contract & Cost Management",
"numbers": [
{
"number": 4.55,
"weight": "percentageExact"
}
]
},
{
"type": "quality",
"name": "Social Value",
"numbers": [
{
"number": 10.15,
"weight": "percentageExact"
}
]
}
]
},
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "As per Tender documentation."
},
{
"type": "technical",
"description": "As per Tender documentation."
},
{
"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: (1) meet the requirements set out in Sections 5.1 - 5.5 of the Memorandum of Information; and (2) achieve the six highest total overall weighted scores for their responses to the technical ability questions of the PQQ Response, will be invited to submit tenders. Where 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. Notwithstanding 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",
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive flexible procedure",
"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. In 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. The 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."
},
"coveredBy": [
"GPA"
],
"submissionMethodDetails": "Tenders must be submitted electronically via the relevant Call for Tender (CfT) opportunity on eTendersNI, website details immediately below. Paper submissions will not be accepted or considered and will be rejected by Ulster University. The 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"
]
},
"expressionOfInterestDeadline": "2026-03-05T15:00:00+00:00",
"enquiryPeriod": {
"endDate": "2026-02-19T15:00:00+00:00"
},
"awardPeriod": {
"endDate": "2026-07-06T23:59:59+01:00"
},
"documents": [
{
"id": "conflictOfInterest",
"documentType": "conflictOfInterest",
"description": "Not published"
},
{
"id": "004556-2026",
"documentType": "tenderNotice",
"noticeType": "UK4",
"description": "Tender notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/004556-2026",
"datePublished": "2026-01-19T18:51:25Z",
"format": "text/html"
}
],
"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's 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. Suppliers 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."
},
"language": "en"
}