Opportunity

West Bank Road Logistics Warehouse

  • BELFAST HARBOUR COMMISSIONERS

F05: Contract notice – utilities

Notice reference: 2022/S 000-009697

Published 12 April 2022, 10:54am



Section one: Contracting entity

one.1) Name and addresses

BELFAST HARBOUR COMMISSIONERS

Harbour Office,Corporation Square

BELFAST

BT13AL

Contact

Eugene McBride

Email

eugene.mcbride@belfast-harbour.co.uk

Telephone

+44 2890554422

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

https://www.belfast-harbour.co.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.belfast-harbour.co.uk/corporate/corporate-tender

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.belfast-harbour.co.uk/corporate/corporate-tender

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

West Bank Road Logistics Warehouse

Reference number

P.392

two.1.2) Main CPV code

  • 45241000 - Harbour construction works
    • IA01 - Design and construction
    • IA36 - For buildings

two.1.3) Type of contract

Works

two.1.4) Short description

BHC are seeking expressions of interest from contractors who are interested in tendering for the construction of a piled steel portal framed clad Logistics Warehouse and associated car parking, lorry parking etc. at West Bank Road, Belfast. The warehouse will be up to 10m high to eaves and approximately 50,000sqft building footprint area, inclusive of approximately 2,500sqft of fitted out office / welfare space. Further information regarding this opportunity will be provided within the pre-qualification documents that can be requested for download at the weblink provided in I.3 of this Notice.

two.1.5) Estimated total value

Value excluding VAT: £5,600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work
    • IA01 - Design and construction
    • IA36 - For buildings

two.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast
Main site or place of performance

A5A Site - West Bank Road, Belfast Harbour Estate.

two.2.4) Description of the procurement

Construction of a piled steel portal framed clad Logistics Warehouse and associated car parking, lorry parking etc. at West Bank Road, Belfast.

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: £5,600,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

9

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

Objective criteria for choosing the limited number of candidates:

Subject to a sufficient number of compliant responses being received, BHC intends (according to the process described in the Pre-Qualification Questionnaire) to invite a maximum of the top 6 (six) ranked compliant Applicants to the invitation to tender stage of this process, provided that BHC, acting at its discretion, reserves the right to invite less than 6 (six) Applicants to negotiate. Where there is a tie for 6th (sixth) place, all Applicants in 6th (sixth) place will be invited to tender. For the purposes of this exercise, a tie for 6th (sixth) place is deemed to occur where two or more Applicants have identical scores.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

Further information will be provided in the pre-qualification questionnaire.


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

As set out in the procurement documents.

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.1.4) Objective rules and criteria for participation

List and brief description of rules and criteria

As set out in the procurement documents.

three.1.6) Deposits and guarantees required

Please refer to the Pre-Qualification Questionnaire. Furthermore BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.

three.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

Further information will be provided in the contract documents.

three.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

Subject to the status and involvement of the parties, BHC may require the parties to commit to joint and several liability in respect of the contract. Alternatively, BHC may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Further information will be provided in the contract documents.

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

Negotiated procedure with prior call for competition

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.2.2) Time limit for receipt of tenders or requests to participate

Date

3 May 2022

Local time

12:00pm

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

Duration in months: 3 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

BHC reserves the right at any time to:

- reject any or all responses and to cancel or withdraw from this procurement at any stage;

- award a contract without prior notice;

- change the basis, the procedures and timescales set out or referred to within the procurement documents; or

- require a bidder to clarify any submissions in writing and/or to provide additional information.

Bidders who wish to participate in this procurement will be required to provide contact details before downloading the tender documents. Bidders who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the tender process. The costs of responding to this notice and participation in the process will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

BHC will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).

six.4.4) Service from which information about the review procedure may be obtained

Belfast Harbour Commissioners

Harbour Office, Corporation Square

Belfast

BT1 3AL

Country

United Kingdom

Internet address

http://www.belfast-harbour.co.uk