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

Strabane SSO New Build.

Contract notice

Works

Directive 2004/18/EC

Section I: Contracting authority

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

Department of Finance and Personnel
Contracts & Standards Branch, Clare House, 303 Airport Road West
Contact point(s): Contracts & Standards Branch
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 2890816555
E-mail:

Internet address(es):

General address of the contracting authority: www.dfpni.gov.uk/cpd

Further information can be obtained from: Department of Finance and Personnel, Central Procurement Directorate
Contracts and Standards Branch, Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
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, Central Procurement Directorate
Contracts and Standards Branch, Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

Tenders or requests to participate must be sent to: Department of Finance and Personnel, Central Procurement Directorate
Contracts and Standards Branch, Clare House, 303 Airport Road West
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

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:
Strabane SSO New Build.
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: Strabane SSO, Northern Ireland.

NUTS code UKN05

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 demolition of existing 2 storey building with a gross internal floor area of 764 m2.
The detailed design and construction of high-standard office accommodation.
The gross internal floor area of the new 2-storey building is approximately 2370m2.
The works will include site works with up to 50 car parking spaces.
II.1.6)Common procurement vocabulary (CPV)

45210000, 45213150, 45111000

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:
The project will be for the Technical Design Development (from approximately Stage 4 RIBA Plan of Work) and Construction of a new high standard office building (approximately 2370m2 gross floor area) on the site of the existing Social Security Office in Urney Road, Strabane. The project includes demolition of the existing building and site works with up to 50 car parking spaces.
Obtaining planning permission will remain the responsibility of the Department of Finance and Personnel, however the Economic Operator will be required to conform with the proposals and restrictions in the permission granted.
The Economic Operator will be required to obtain local authority building control and all other statutory approvals.
Mechanical Services installation will include a heating system, forced supply and extract ventilation system, automatic controls and building energy management control system, server room cooling plant, plumbing installation and soils and waste installations.
Electrical Services installation will include incoming mains electricity supply, main LV switchboard, low energy, high efficiency interior and exterior lighting and associated controls, general and small power, Cat 5E structured cabling installation. A fully automatic addressable fire alarm and detection installation will be provided, along with a Public Address / Bomb Alert System, Panic Alarm and Queue Management Systems. Comprehensive and fully integrated security systems will be provided including Internal and External Closed Circuit Television and electronic access control systems.
Estimated value excluding VAT: 4 100 000 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: 18 (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 bond and/or parent company guarantee may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
As directed in the Invitation to Tender documentation.
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:
No specific legal form is required but if a contract is awarded to a consortium the Contracting Authority will require the consortium members to be jointly and severally liable in respect of all obligations and liabilities relating to the contract before entering into the contract.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Refer to the pre qualification documentation.
The EO's performance on this contract will be regularly monitored.
If an EO fails to reach satisfactory levels of performance the EO may be issued with a Certificate of Unsatisfactory Performance.
The issue of a Certificate of Unsatisfactory Performance will result in the EO 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:

http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-policy-and-legislation/ni-pppolicy/cpd-list-of-bodies-public-procurement-policy-applies.htm

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: Economic Operators interested in the provision of the services will be required to complete a pre qualification questionnaire which is available from the address noted in Annex A
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: as specified in the pre qualification documentation.
Minimum level(s) of standards possibly required: as specified in the pre qualification documentation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
as specified in the pre qualification documentation.
Minimum level(s) of standards possibly required:
as specified in the pre qualification documentation.
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: As specified in the pre qualification documentation.
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:
project_15297 (387327AA)
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
24.1.2014 - 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
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;
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.
This contract may be used to progress the Government's wider social, economic and environmental objectives.

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
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) 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.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
29.11.2013