Section one: Contracting authority
one.1) Name and addresses
Department of Agriculture, Environment and Rural Affairs
Dundonald House, Upper Newtownards Road, Ballymiscaw
BELFAST
BT4 3SB
Contact
Constructinfo
Construct.Info@finance-ni.gov.uk
Telephone
+44 2890816555
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=4218044
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=4218044
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=4218044
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DAERA 4218044 ANIMAL HEALTH SCIENCES BUILDING
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The objective of this procurement is the provision of construction related professional services by a team of Contractors and their supply chain, collectively referred to as an Integrated Supply Team (IST). The IST will actively deliver the Employer’s Requirements, for the detailed design, construction, and provide 5yrs GSL Properties maintenance post defects for a new Animal Health Sciences Building (AHSB). The IST shall provide the services applicable to RIBA Plan of Work 2013 Stages 4 to 7. The AHSB, Stoney Road, Dundonald will comprise of 14,458m2 of laboratory and associated support space, post-mortem and incineration facilities. A Central stores facility adjacent to the AHSB containing dry, secure and refrigerated storage with associated facilities is also to be provided. The project includes the re-alignment of the Stoney Road , the creation of a new estate entrance, the provision of new internal roads, parking and hard/soft landscaping.
two.1.5) Estimated total value
Value excluding VAT: £48,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45300000 - Building installation work
- 45310000 - Electrical installation work
- 45315000 - Electrical installation work of heating and other electrical building-equipment
- 71220000 - Architectural design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71311000 - Civil engineering consultancy services
- 71312000 - Structural engineering consultancy services
- 79993100 - Facilities management services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
AFBI Stormont, 12 Stoney Road, Stormont, BT4 3SD
two.2.4) Description of the procurement
The objective of this procurement is the provision of construction related professional services by a team of Contractors and their supply chain, collectively referred to as an Integrated Supply Team (IST). The IST will actively deliver the Employer’s Requirements, for the detailed design, construction, and provide 5yrs GSL Properties maintenance post defects for a new Animal Health Sciences Building (AHSB). The IST shall provide the services applicable to RIBA Plan of Work 2013 Stages 4 to 7. The AHSB, Stoney Road, Dundonald will comprise of 14,458m2 of laboratory and associated support space, post-mortem and incineration facilities. A Central stores facility adjacent to the AHSB containing dry, secure and refrigerated storage with associated facilities is also to be provided. The project includes the re-alignment of the Stoney Road , the creation of a new estate entrance, the provision of new internal roads, parking and hard/soft landscaping.
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: £48,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
102
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: 5
Objective criteria for choosing the limited number of candidates:
In accordance with Regulation 65(3) of the Public Contract Regulations 2015, 5 candidates will be invited. This offers adequate competition to ensure that the Employer is assured value for money and that there is sufficient opportunity offered to tenders. However, this limit also protects the industry from wasting valuable resources which are required to prepare a tender submission.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
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
Award criteria is as set out in the Instructions to Tenders document.
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
In order for a Contractor/Consultant to be eligible to participate in this competition they must hold licenses, accreditation or certificates for specific categories and sectors as set out in the PQQ 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.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 undertaken 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-.. whichni-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: 2022/S 000-006662
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 June 2022
Local time
3:00pm
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
Tender must be valid until: 7 October 2022
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 administering this procurement on behalf of the Contracting Authority.. . The Contracting Authority expressly reserves the right:. . i. not to award any contract as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and. ii. 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. This project will be used to progress the Government’s wider social, economic and environmental objectives.. . . 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 and Procurement Delivery, Procurement Operations Branch
Clare House, 303 Airport Road
Belfast
BT3 9ED
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This procurement is governed by the Public Contracts Regulations 2015 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 91 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)..