Strabane SSO New Build.
Contract notice
Works
Section I: Contracting authority
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
Section II: Object of the contract
Design and execution
Main site or location of works, place of delivery or of performance: Strabane SSO, Northern Ireland.
NUTS code UKN05
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.
45210000, 45213150, 45111000
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
Section III: Legal, economic, financial and technical information
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.
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:
Minimum level(s) of standards possibly required: as specified in the pre qualification documentation.
as specified in the pre qualification documentation.
Minimum level(s) of standards possibly required:
as specified in the pre qualification documentation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: As specified in the pre qualification documentation.
Section VI: Complementary information
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.
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).