Design and Build Contract Londonderry
The construction of a new headquarters for the Department of Agriculture and Rural Development.
United Kingdom-Belfast: Construction work
2015/S 116-209522
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Department of Finance and Personnel Northern Ireland
Clare House, 303 Airport Road West
Contact point(s): Central Procurement Directorate, Contracts and Standards Branch
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 2890816555
E-mail: construct.info@dfpni.gov.uk
Internet address(es):
General address of the contracting authority: http://www.dfpni.gov.uk/cpd
Address of the buyer profile: http://www.dfpni.gov.uk/cpd
Electronic access to information: http://e-sourcingni.bravosolution.co.uk
Electronic submission of tenders and requests to participate: http://e-sourcingni.bravosolution.co.uk
Further information can be obtained from: Department of Finance and Personnel
Contracts and Standards Branch, Clare House, 303 Airport Road West, Central Procurement Directorate
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail: help@bravosolution.co.uk
Internet address: https://e-sourcingni.bravosolution.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Department of Finance and Personnel
Contracts and Standards Branch, Clare House, 303 Airport Road West, Central Procurement Directorate
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail: help@bravosolution.co.uk
Internet address: https://e-sourcingni.bravosolution.co.uk
Tenders or requests to participate must be sent to: Department of Finance and Personnel
Contracts and Standards Branch, Clare House, 303 Airport Road West, Central Procurement Directorate
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail: help@bravosolution.co.uk
Internet address: https://e-sourcingni.bravosolution.co.uk
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Department of Finance and Personnel, Properties Division
Northland House, 3-5 Frederick Street
BT1 2NR Belfast
UNITED KINGDOM
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Design and execution
Main site or location of works, place of delivery or of performance: Lands at the former Shackleton Barracks in Ballykelly, County Londonderry.
NUTS code UKN04
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The new facility will initially be required to accommodate 400 workstations. The facility will be located on the site so as to permit a future extension large enough to accommodate an additional 200 workstations. All associated services and facilities will also be designed to permit future expansion to cope with such an increase in workstations. This competition is for the design and construction of the initial 400 workstation building and there is no commitment implied or otherwise to the proposed future extension.
The Contracting Authority will enter into a contract with the successful Economic Operator for the development of the design and the construction of a 400 workstation facility with the option to appoint the same Economic Operator to develop the design and construction of an extension to this facility to accommodate a further 200 workstations. The appointment of the Economic Operator for any and all sections will be subject to planning and funding approval.
The new facility will be designed to achieve BREEAM ‘excellent’ rating in sustainable building design, construction and operation. The accommodation will be Disability Discrimination Act (DDA) compliant and fit for purpose to meet the future needs of DARD.
The new facility will be designed to modern high specification office standards to meet DARD accommodation requirements and have the flexibility to accommodate a changing work environment. The construction of a new building would also present increased opportunities to engage with sustainable technologies and design initiatives at all stages of the procurement delivery and future occupancy programme.
The facility will incorporate the recommendations of the current Northern Ireland Civil Service Government Office Specification, June 2006 The proposed site will be accessed through the provision of a new road and junction with the A2, Ballykelly Road and internal access roads. The new road and junction shall be designed in accordance with the Design Manual for Roads and Bridges and Transport NI’s adoption standards. Car parking shall be adequate to the proposed development occupancy and expected visitors.
The anticipated contract period is 82 weeks (including pre-construction activities). BIM (Level 2) to PAS 1192 will be used to deliver the project.
II.1.6)Common procurement vocabulary (CPV)
45000000, 45210000, 45213150, 45200000, 45220000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 11 700 000 and 15 000 000 GBP
II.2.2)Information about options
Description of these options: The Contracting Authority will enter into a contract with the successful Economic Operator for the development of the design and the construction of a 400 workstation facility with the option to appoint the same Economic Operator to develop the design and construction of an extension to this facility to accommodate a further 200 workstations. The appointment of the Economic Operator for any and all sections will be subject to planning and funding approval.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Project Bank Accounts.
The economic operator should note that the contract conditions will include a requirement to utilise a Project Bank Account (PBA). The economic operator will be required to execute a trust deed for the operation of the PBA.
The PBA will be provided by either the Employer or the economic operator and is to be used to make payments by the Employer to the economic operator and to first tier sub-contractors.
The economic operator will be required to make payments to all subcontractors named in the PQQ through the PBA.
Further details of the PBA operation will be included in the invitation to tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: The economic operators’ performance on this contract will be regularly monitored.
If an economic operator fails to reach satisfactory levels of performance the economic operator may be issued with a Certificate of Unsatisfactory Performance.
The issue of a Certificate of Unsatisfactory Performance will result in the economic operator being excluded from all procurement competitions being undertaken by Contracting Authorities on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate. A list of these bodies can be viewed at:
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As specified in the pre qualification documentation.
III.2.3)Technical capacity
As specified in the pre qualification documentation.
Minimum level(s) of standards possibly required:
As specified in the pre qualification documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As specified in the pre qualification documentation.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register — Accept the terms and conditions and click ‘I agree’ — Enter your correct business and user details — Note the username you chose and click ‘Save’ when complete — You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender — Login to the portal with the username/password — Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) — Click on the relevant PQQ/ ITT to access the content. — Click the ‘Express Interest’ button at the top of the page. — This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) — You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box 3. Responding to the tender — Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) — You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification — Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT — There may be a mixture of online and offline actions for you to perform (there is detailed online help available). You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
The Authority expressly reserves the rights:
(I). not to award any contract as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage;
(II). to make whatever changes it may see fit to the content and structure of the tendering competition;
(III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and;
(IV). to award contract(s) in stages.
And in no circumstances will the Authority be liable for any costs incurred by candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at risk of the company participating in this procurement process.
This project will be used to progress the Government’s wider social, economic and environmental objectives.
VI.4.2)Lodging of appeals
This procurement is governed by the Public Contracts Regulations 2006 (as amended) and provides for economic operators who have suffered, or who risk suffering ,loss ,or damage, as a consequence of an alleged breach of the duty owed in accordance with regulation 47A or 47B to start proceedings in the High Court.
A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into.
Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen.(A court may extend the time limit to 3 months ,where the court considers that there is a good reason for doing so).
VI.5)Date of dispatch of this notice: