Design and Build Contract – City Quays, Belfast
The Project is for the provision of the City Quays III, a 16-storey office building, providing 215 000 ft² of ‘Grade A’ office space.
United Kingdom-Belfast: Office block construction work
2017/S 022-038697
Contract notice – utilities
Works
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Belfast Harbour Commissioners (‘BHC’)
Harbour Office, Corporation Sq
For the attention of: E McBride
BT1 3AL Belfast
United Kingdom
Telephone: +44 2890554422
E-mail: tenders@belfast-harbour.co.uk
Fax: +44 2890554411
Internet address(es):
General address of the contracting entity: www.belfast-harbour.co.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Main activity
I.3)Contract award on behalf of other contracting entities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
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: City Quays, Donegall Quay, Belfast.
NUTS code UKN01
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 project will be delivered through a two-stage Design and Build process. Stage 1 will require a select list of Contractors to tender for the Project based on their Preliminaries, a Schedule of Rates, Package Mark-Up percentages, etc. At Stage 2, the Architect, Building Services Engineers & Civil/ Structural Engineer will be novated to the preferred Contractor to undertake design development working from RIBA Stage 2 to deliver the project within the Target Cost Plan on an Open Book Tender basis.
The Employer reserves the right to tender the Project through a traditional procurement should Stage 2 fail to deliver an agreed Contract Sum within the Target Cost Plan.
II.1.6)Common procurement vocabulary (CPV)
45213150, 45213100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Information about lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The project will be delivered through a two-stage Design & Build process. Stage 1 will require a select list of Contractors to tender for the Project based on their Preliminaries, a Schedule of Rates, Package Mark-Up percentages, etc. At Stage 2, the Architect, Building Services Engineers & Civil/ Structural Engineer will be novated to the preferred Contractor to undertake design development working from RIBA Stage 2 to deliver the project within the Target Cost Plan on an Open Book Tender basis.
The Employer reserves the right to tender the Project through a traditional procurement should Stage 2 fail to deliver an agreed Contract Sum within the Target Cost Plan.
Estimated value excluding VAT
Range: between 40 000 000 and 45 000 000 GBP
II.2.2)Information about options
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:
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: Any contract entered into will be governed by Northern Ireland law and will be subject to the exclusive jurisdiction of the Northern Ireland Courts. BHC is not liable for any costs incurred by those expressing an interest in tendering for this contract opportunity. BHC reserve the right to terminate this procurement process(or part of it), to change the basis of the procedures for the procurement process at any time, or to procure the contract by alternative means if it appears that the contract can be more advantageously procured by alternative means. No contract will be created between BHC and any party until a contract is executed between BHC and the winning bidder. This is a voluntary OJEU notice, for the avoidance of any doubt this procurement process does not fall within the scope of the Utilities Contracts Regulations or Public Contracts Regulations.
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
III.2.3)Technical capacity
Section IV: Procedure
IV.1.1)Type of procedure
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting entity:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents(except for a DPS)
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)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:
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice:
Related Posts
Office Refurbishment Contract Manchester
Principal Designer Services for Victoria and Albert Museum
Tender for the Corby Cube 4th Floor Office Fit Out
University of Bristol Building Contractors Framework