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

Works Contract - Development of Peoples Park and Tunnel, Portadown Shared Process and Community Engagement (SPACE Project).

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Craigavon Borough Council
Craigavon Civic & Conference Centre, Lakeview Road
For the attention of: Mark Pearson
BT64 1AL Craigavon
UNITED KINGDOM
Telephone: +44 2838312532
E-mail:

Internet address(es):

General address of the contracting authority: http://www.craigavon.gov.uk

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
General public services
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:
Works Contract - Development of Peoples Park and Tunnel, Portadown Shared Process and Community Engagement (SPACE Project).
II.1.2)Type of contract and location of works, place of delivery or of performance
Works
Execution
Main site or location of works, place of delivery or of performance: People's Park, Portadown

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Project is for the development of People's Park and Tunnel, Portadown. The works are located to the north
west of the Dublin to Belfast railway line and is bordered by Park Road, Garvaghy Road and Obins Street. The
site extends to some 11 hectares.
The project will entail the full refurbishment and remodelling of People's Park, Portadown to provide an
enhanced facility which will include but not be limited to the construction of the following elements as part of the
works: Improvement works to existing entrance walls; Perimeter fencing; Boundary walls and gate to Park Road
entrance; Boundary walls and gate to Garvaghy Road entrance; Multi-use Games Area (flood lit); Synthetic play
courts (flood lit); Sand carpet pitches; Early Years and Junior Play Areas; Car park/bus park; Outdoor Fitness
Area; Works to riverbank; Bridges over river; New lake; Natural amphi-theatre; Pavilion building (approximately
400m2); Theme gardens; Street furniture; Electrical installations - lighting, CCTV, site Wi-Fi; Distribution paths;
Landscaping; Arboricultural works; Works to existing grass pitches; Drainage diversions.
The works will also include the provision of public realm improvement works to the tunnel area leading to
Portadown town centre from the park entrance on Park Road. The works will be undertaken and specified to
match the styles previously established as part of recently completed environmental improvement scheme in
Portadown. It is envisaged that the works will include but not be limited to the following: The replacement of
the paving to footpaths and roads at the Park Road junction; The upgrade of street lighting through tunnel; The
realignment of the entrance and approaches to the tunnel; Redecoration of the existing railway bridges; Clean,
point and seal natural stone walling; General cosmetic and decorative improvement to the tunnel area
The anticipated Contract period is 16 months.
II.1.6)Common procurement vocabulary (CPV)

45200000, 45212000, 45212200, 45210000, 45212100, 45220000, 45212140, 45212221, 45212220

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
See Section II.1.5 and section 2 of the MoI
Estimated value excluding VAT: 4 400 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 16 (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:
The successful Economic Operator may be required to provide a performance / insolvency bond from an A rated bank, financial institution or insurance company registered in the UK for a sum equal to 10 % of the contract value. The successful Economic Operator may be required to provide a retention bond from an A rated bank, financial institution or insurance company registered in the UK for a sum equal to 3 % of the contract value. The successful Economic Operator may also be required to provide Collateral Warranties and Parent Company Guarantees as applicable.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The Economic Operator should note that the Contract may include a requirement to utilise a Project Bank
Account (PBA). The Economic Operator may be required to execute a trust deed for the operation of the PBA.
The PBA will be provided by either the Contracting Authority or the Economic Operator and is to be used to
make payments by the Contracting Authority 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:
Economic Operators may opt to form a consortium with another Economic Operator in order to meet the
minimum turnover referenced in the Pre-Qualification Documents. If the contract is awarded to a consortium, it may be required to form a legal entity. Subject to the status and involvement of the Economic Operators involved, the Contracting Authority may require parties to commit to joint and several liability in respect of the Contract. Alternatively, or in addition, the Contracting Authority may expect the lead operator to take total responsibility for the other member(s) of the consortium.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: The Contracting Authority will only be able to enter into the Contract if it obtains finance for the project from the relevant sources.
The Contracting Authorityr is required, inter alia, to promote sustainable economic development, maximise
social returns and tackle socio-economic inequalities. The successful Economic Operator and their supply
chains shall each be respectively required to adhere to core specified contractual obligations which serve the Contracting Authority's related public policy and statutory obligations in these regards (including, inter alia, s.75(1) of the NI Act 1998). Specific contract clauses and/or award criteria shall therefore relate to sustainable economic, social, environmental and equality requirements. Demonstrable commitment to these core componential contractual requirements will be part of the Invitation to Tender stage and awarding of this contract. Further details of these contractual obligations will be included in the invitation to tender 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: The Economic Operator and/or member(s) of a consortium must meet the requirements set out in Regulation 23 of the Public Contracts Regulations 2006, as amended. The evidence required to support these requirements is detailed in the PQQP which will be provided to applicants following receipt of electronic expressions of interest sent to the contact point detailed in Annex A III.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Full information is provided in section 5.5 of the MoI which will be provided to applicants following receipt
of electronic expressions of interest sent to the contact point detailed in Annex A III.
Minimum level(s) of standards possibly required: Full information is provided in section 5.5 of the MoI which will be provided to applicants following receipt of electronic expressions of interest sent to the contact point detailed in Annex A III.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Full information is provided in section 5.8 of the MoI which will be provided to applicants following receipt of electronic expressions of interest sent to the contact point detailed in Annex A III.
Minimum level(s) of standards possibly required:
Full information is provided in section 5.8 of the MoI which will be provided to applicants following receipt of electronic expressions of interest sent to the contact point detailed in Annex A III.
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: 6
Objective criteria for choosing the limited number of candidates: The objective criteria for choosing the limited number of Economic Operators will be detailed in the PQQP which
will be provided to applicants following receipt of electronic expressions of interest sent to the contact point
detailed in Annex A III. It is anticipated that the top 6 scoring Economic Operators will be short-listed and invited
to submit tenders. Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to
tender. For the purposes of this exercise a tie for 6th place is deemed to occur where two or more Economic
Operators have identical scores or a score within 1 mark (out of a score of 100) of the 6th place score.
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:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 30.9.2013 - 12:00
IV.3.4)Time limit for receipt of tenders or requests to participate
7.10.2013 - 12:00
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: yes
Reference to project(s) and/or programme(s): The project is being financed by the European Union's PEACE III Programme, managed by the Special European Union Programmes Body (SEUPB).
Priority 2: Contributing to a Shared Society
Theme 1: Creating Shared Public Spaces
VI.3)Additional information
The cost of responding to the Pre-Qualification Questionnaire and any subsequent invitation to tender
and participation in the project will be borne by each Economic Operator. Until the contract is executed all
discussions and correspondence will be deemed strictly subject to contract. No formal agreement shall be
binding until it is duly executed by representatives of both parties. This procurement is dependent on the
availability of funding for the project, which is still to be confirmed in full. Under this contract the Economic
Operator will be required to support wider economic, social and environmental objectives. Accordingly,
contract conditions will relate in particular to social economic and environmental considerations. These will
be further detailed at invitation to tender stage. The Economic Operator should note that the Contracting
Authority reserves the right to cancel this procurement at any stage without reason or cost reimbursement. Any expenditure, work or effort undertaken prior to the Contract award is at the sole risk of the Economic Operator participating in this procurement process. The Contracting Authority reserves the right to extend any such date.

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 ‘continue' - 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 & 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.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

High Court of Justice (Northern Ireland)
Royal Courts of Justice Chichester Street
BT1 3FJ Belfast
UNITED KINGDOM
E-mail:
Telephone: +44 2890235111
Internet address: http://www.courtsni.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: This procurement is governed by the Public Contracts Regulations, 2006, as amended, which provide aggrieved
parties who have suffered or risk suffering loss or damage as a consequence of a breach of the duty owed
in accordance with Regulation 47A or 47B with the right to take action in the High Court (Northern Ireland).
The Contracting Authority will incorporate a standstill period at the point information on the award of the
contract is communicated to tenderers. That notification will provide full 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
noncompliance 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.4.3)Service from which information about the lodging of appeals may be obtained

High Court of Justice (Northern Ireland)
Royal Courts of Justice Chichester Street
BT1 3FJ Belfast
UNITED KINGDOM
E-mail:
Telephone: +44 2890235111
Internet address: http://www.courtsni.gov.uk

VI.5)Date of dispatch of this notice:
2.9.2013