Opportunity

3335245 Northern Ireland Fire and Rescue Service - Learning and Development Centre, Cookstown

  • Northern Ireland Fire and Rescue Service

F02: Contract notice

Notice reference: 2021/S 000-001256

Published 21 January 2021, 3:40pm



The closing date and time has been changed to:

8 March 2021, 3:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Northern Ireland Fire and Rescue Service

1 Seymour Street

Lisburn

BT27 4SX

Contact

ConstructInfo

Email

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