Section one: Contracting authority
one.1) Name and addresses
Department of Education
Strule Programme Management, Rathgael House, Balloo Road
Bangor
BT19 7PR
Contact
FAO Procurement Operations
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.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=3924804
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=3924804
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=3924804
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DE 3924804 Strule Shared Education Campus Main Works Contract (OPEN)
two.1.2) Main CPV code
- 45210000 - Building construction work
two.1.3) Type of contract
Works
two.1.4) Short description
The Strule Shared Education Campus (SSEC) Programme is a longstanding Executive priority with continued broad political support. It is a hugely significant programme, representing massive capital investment in the west of Northern Ireland (NI), stimulating further development and regeneration of the region. The SSEC programme will bring together 6 schools and over 4000 children and young people, from all backgrounds who will learn together on a vibrant and dynamic campus. As a pioneering project it will transform education in NI. Significant work on the Strule Programme has been completed to date, including delivery of 1 of the 6 schools. The SSEC Main Works Competition (MWC) will include the delivery of the remaining five post primary school buildings and associated facilities which equate to approximately 64,000m² of building accommodation, in addition to synthetic pitches, infrastructure, environmental protection, landscaping and general site development works.
two.1.5) Estimated total value
Value excluding VAT: £120,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45214000 - Construction work for buildings relating to education and research
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Strule Shared Education Campus, Omagh, Northern. Ireland
two.2.4) Description of the procurement
The Strule Shared Education Campus (SSEC) Programme is a longstanding Executive priority with continued broad political support. It is a hugely significant programme, representing massive capital investment in the west of Northern Ireland (NI), stimulating further development and regeneration of the region. The SSEC programme will bring together 6 schools and over 4000 children and young people, from all backgrounds who will learn together on a vibrant and dynamic campus. As a pioneering project it will transform education in NI. Significant work on the Strule Programme has been completed to date, including delivery of 1 of the 6 schools. The SSEC Main Works Competition (MWC) will include the delivery of the remaining five post primary school buildings and associated facilities which equate to approximately 64,000m² of building accommodation, in addition to synthetic pitches, infrastructure, environmental protection, landscaping and general site development works.
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: £120,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
35
This contract is subject to renewal
No
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
The designs for the remaining 5 post primary schools & shared facilities are broadly developed to RIBA Stage 3 2016. Full planning permission for the Campus masterplan & building designs has been attained. The MWC will be procured as a Develop & Construct contract through the appointment of a Building Contractor led Integrated Supply Team (IST). The IST will be required to take full responsibility for the Employer’s initial design and develop this into the technical design for the Employer's acceptance under a NEC3 Option C Target. Cost Contract. The contract will be managed on a two stage approach: • Pre – Construction Period (Stage 1) • Construction (Stage 2). The MWC will be delivered to BIM level 2 in accordance with the Employer’s. Information Requirements. The MWC is to be completed within realistic timescales stated in the contract to coincide with schools migration onto the campus. The Works Information is held in a Document Management System called 'BOX' and will be made available to lead Economic Operators. Please use the eTendersNI messaging function to request access to BOX by providing names and email addresses for TWO persons only. On receipt, a link will be forwarded to the listed email addresses which will provide access to the Works Information.
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 ITT 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.finance-ni.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/list-public-bodies-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
Open 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: 2021/S 000-017271
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 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
Duration in months: 12 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
6 June 2022
Local time
3:30pm
Place
via CPD’s eprocurement Tender system eTendersNI
Information about authorised persons and opening procedure
Tenders will be opened by nominated CPD personnel
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Works Information is held in a Document Management System called. 'BOX' and will be made available to lead Economic Operators. Please use the eTendersNI messaging function to request access to BOX by providing names and email addresses for TWO persons only. On receipt, a link will be forwarded to the listed email addresses which will provide access to the Works Information. The Authority expressly reserves the right (a) not to award any Contract as a result of the procurement process commenced by publication of this notice; (b) 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 candidates participating in this competition. Contracts awarded as a result of this procurement process shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to award any contracts as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which: (a) Provides information or confirmations which later prove to be untrue or incorrect; (b) Does not supply the information within the timescale required by this notice or by the Invitation to Tender Documentation or as otherwise required during the process. Instructions on how to submit a tender; - Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do . All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal.
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
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom