By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Appointment of a Contractor for construction of circa 52 social housing units including Civil work at Drumalane Road, Newry.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Fold Properties Limited
3 Redburn Square
For the attention of: Paul Murtagh
BT18 9HZ Holywood
United Kingdom
Telephone: +44 2890397195
E-mail:

Internet address(es):

General address of the contracting authority: http://www.foldgroup.co.uk

Electronic access to information: https://www.foldgroup.co.uk/tenders/view/22/building-and-civil-work-at-drumalane-road-newry

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and 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)Type of the contracting authority
Body governed by public law
I.3)Main activity
Housing and community amenities
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Appointment of a Contractor for construction of circa 52 social housing units including Civil work at Drumalane Road, Newry.
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Main site or location of works, place of delivery or of performance: Drumalane Road, Newry
Northern Ireland.

NUTS code UKN05

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)
The proposed works contract will involve the construction of 52 social housing units, extensive topographical/ground remodelling works, extensive rock breaking, construction of retaining structures and specialist geotechnical roadworks requiring TAS approval.
II.1.6)Common procurement vocabulary (CPV)

45210000, 45211100, 45215210, 45200000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Construction of circa 52 social housing units at Drumalane Road, Newry.
Estimated value excluding VAT: 6 575 000 GBP
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
Duration in months: 30 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
A Performance Guarantee Bond will be required. Please refer to the Pre-Qualification documentation for further information.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details of the payment arrangements will be detailed in the tender documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Please refer to the Pre-Qualification documentation for further information.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Details will be provided in the tender documents and draft contract documents.
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: Please refer to the Pre-Qualification documentation for further information.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Please refer to the Pre-Qualification documentation for further information.
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification documentation for further information.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Please refer to the Pre-Qualification documentation for further information.
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification documentation for further information.
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
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: The purpose of this pre-qualification stage is to provide the Contracting Authority with sufficient information to allow Economic Operators to be selected for the tender stage for the contract. Economic Operators shortlisted from the pre-qualification process will be invited to participate in a competitive tender process for the contract. It is anticipated that the 5 Economic Operators that satisfy the completeness and compliance checks, the criteria for the rejection of economic operators, the information as to the economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders for the contract. Where there is a tie for 5th place, then all economic operators in 5th place will be invited to tender. For the purpose of this exercise a tie for 5th place will have deemed to occur where 2 or more economic operators have been awarded identical scores. Economic Operators tender in the knowledge that the contract may not be tendered at the target dates set down in the procurement timetable. This is because the contract may be unavoidably delayed or alternatively cancelled. In the event that procurement is unavoidably delayed, but not cancelled, the PQQ's will be assessed at the time of receipt and applicants notified of the outcome. The maximum period that the short-list will be maintained is 12 months from the PQQ submission date. When the procurement process is recommenced, then the Contracting Authority may seek confirmation that the short-listed economic operators still meet the required minimum standards for the competition.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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 authority:
Fold Drumalane PQQ
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.11.2016 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court of Justice
Chichester Street
BT1 3JF Belfast
United Kingdom
E-mail:
Telephone: +44 2890235111
Internet address: http://www.courtsni.gov.uk
Fax: +44 2890313508

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority shall, as soon as possible after the decision has been made, inform tenderers of the decision to award the contract in accordance with Regulation 86 of the Public Contracts Regulations 2015. A standstill period shall apply during which the Contracting Authority shall not award the contract. Appeals against the decision of the Contracting Authority may be made to the High Court of Justice in Northern Ireland in accordance with Chapter 6 of the Public Contracts Regulations 2015, including the time limits set out therein.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
14.10.2016