Section one: Contracting authority
one.1) Name and addresses
Northern Ireland Fire and Rescue Service
1 Seymour Street
Lisburn
BT27 4SX
Contact
ConstructInfo
construct.info@finance-ni.gov.uk
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3335245
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3335245
Tenders or requests to participate must be submitted to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3335245
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
3335245 Northern Ireland Fire and Rescue Service - Learning and Development Centre, Cookstown
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Northern Ireland Fire and Rescue Service (NIFRS) are seeking to provide centralised purpose-built training facilities to provide the following key features: • Learning and Development Centre (LDC) featuring classrooms, workstations, assembly hall, kitchen, dining, gym and changing facilities to support NIFRS Training • Training Warehouse with Fire Station, providing simulated training environments for marine, residential, industrial and commercial premises • Drill Tower for fire rescue and ladder training • Flood Water Training Facility for flood and river rescue. • Call-out Village for domestic incident scenario training with various housing types. • Search and Rescue Training Area providing a training environment for collapsed buildings and below ground rescue. • Simulated Industrial and Chemical Training Area for hazardous materials training. • Motorway and Embankment and network of A and B category roads for specialist training road traffic collision rescue training.
two.1.5) Estimated total value
Value excluding VAT: £31,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45211350 - Multi-functional buildings construction work
- 45213100 - Construction work for commercial buildings
- 45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
- 45213200 - Construction work for warehouses and industrial buildings
- 45213220 - Construction work for warehouses
- 45213221 - Warehouse stores construction work
- 45213300 - Buildings associated with transport
- 45213350 - Construction work for buildings relating to various means of transport
- 45214200 - Construction work for school buildings
- 45214800 - Training facilities building
- 45216121 - Fire station construction work
- 45216120 - Construction work for buildings relating to emergency services
two.2.3) Place of performance
NUTS codes
- UKN - NORTHERN IRELAND
Main site or place of performance
NIFRS Learning &. Development Centre Site, Cookstown, County Tyrone.
two.2.4) Description of the procurement
Northern Ireland Fire and Rescue Service (NIFRS) are seeking to provide centralised purpose-built training facilities to provide the following key features: • Learning and Development Centre (LDC) featuring classrooms, workstations, assembly hall, kitchen, dining, gym and changing facilities to support NIFRS Training • Training Warehouse with Fire Station, providing simulated training environments for marine, residential, industrial and commercial premises • Drill Tower for fire rescue and ladder training • Flood Water Training Facility for flood and river rescue. • Call-out Village for domestic incident scenario training with various housing types. • Search and Rescue Training Area providing a training environment for collapsed buildings and below ground rescue. • Simulated Industrial and Chemical Training Area for hazardous materials training. • Motorway and Embankment and network of A and B category roads for specialist training road traffic collision rescue training.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £31,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
28
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 6
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Further detailed information relating to the NIFRS Learning & Development Centre can be viewed at the following website: www.nifrsldc.com
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Refer to PQQ documentation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Economic Operators’ performance on this Contract will be regularly monitored... As. part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier.. Performance contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures:. https://.. www.financeni.gov.uk/.publications/procurement-guidance-note-0112-contract-management-principles-and-procedures. If an Economic.. Operator has received more than one current Notice of Written Warning or a Notice of Unsatisfactory Performance, the Contracting.. Authority at its, discretion can consider an Economic Operator’s exclusion from future procurements, being undertake n on behalf of.. bodies covered by the Northern Ireland Public Procurement Policy (NIPP), for a minimum period of 12 months or 3 years respectively. ... A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: . https://www.finance-ni.gov.uk/articles/. listpublicbodies which ni public procurement policy-applies.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 238-589506
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
22 February 2021
Local time
3:00pm
Changed to:
Date
8 March 2021
Local time
3:00pm
See the change notice.
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 22 June 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
CPD, in its capacity as a central purchasing body, is managing this procurement procedure on behalf of the contracting authority which.... is The Department for Infrastructure. The Contracting Authority expressly reserves the right to award one, some, all. or no Lots; . ii. not. to.. award any contract/framework agreement as a result of the procurement process commenced by publication of. this notice or to. cancel.. the procurement at any stage; and. iii. to make whatever changes it may see fit to the content and structure of the. tendering. competition.. and in no circumstances will the Authority be liable for any costs incurred by Economic Operators or Candidates.. Any. expenditure, work.. or effort undertaken prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate.. participating in this.. procurement process. No business whatsoever is guaranteed under any resulting framework agreement or contract.. indeed there is no.. guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation.. etc will be paid if a.. contract or framework agreement is withdrawn for any reason. Economic Operators should take part in this process.. only on the basis.. that they fully understand and accept this position
six.4) Procedures for review
six.4.1) Review body
Department of Finance, Construction Procurement Delivery Procurement Operations Branch
Clare House, 303 Airport Road West
Belfast
BT3 9ED
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will incorporate a minimum 10 calendar day Standstill Period following.. electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision