Design and Construction of Warehouse Belfast
Design and Construction of a warehouse within Belfast Harbour with an approximately 260 000 ft2 internal floor area.
United Kingdom-Belfast: Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
2013/S 224-390597
Contract notice – utilities
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Belfast Harbour Commissioners (“BHC”)
Harbour Office, Corporation Sq
Contact point(s): BHC
For the attention of: E McBride
BT13AL 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
Port-related activities
I.3)Contract award on behalf of other contracting entities
The contracting entity is purchasing on behalf of other contracting entities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting entity:
West Bank Road Warehouse.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Design and execution
Main site or location of works, place of delivery or of performance: Port of Belfast.
NUTS code UKN01
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s):
Design and Construction of a warehouse within Belfast Harbour with an approximately 260 000 ft2 internal floor area.
II.1.6)Common procurement vocabulary (CPV)
II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Information about lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: yes
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Design and Construction of a warehouse approximately 24 000m2/260 000 ft2 internal floor area for the storage of boxed dried goods. The warehouse will be approx 8m to the eaves and may include 6 number loading bays and a small administration office/building ranging from 1 500 ft2 to 3 000 ft3.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Further information will be provided in the contract documents.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further information will be provided in the contract documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
BHC reserves the right to require groupings of entities to take a particular form, or to require one party to undertake primary legal liability or to require that each party undertakes joint and several liability.
III.1.4)Other particular conditions:
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Further information will be provided in the pre-qualification questionnaire.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Further information will be provided in the pre-qualification questionnaire.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met: Further information will be provided in the pre-qualification questionnaire.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Negotiated
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting entity:
P292
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents
Time limit for receipt of requests for documents or for accessing documents: 3.12.2013 – 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
5.12.2013 – 12:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
All interested parties should register their interest in this competition by quoting the relevant OJEU notice number and requesting a pre-qualification questionnaire by email from the following email address: tenders@belfast-harbour.co.uk
Please note that tenderers must maintain their tender submission for a minimum of 90 days from the deadline date for receipt of tenders.
Any contract entered into will be governed by Northern Ireland law and will be susbject 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 the 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 part until a contract is executed between BHC and the winning bidder.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:15.11.2013