Opportunity

DE 3924804 Strule Shared Education Campus Main Works Contract (OPEN)

  • Department of Education

F02: Contract notice

Notice reference: 2021/S 000-030997

Published 13 December 2021, 4:25pm



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

Email

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

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

https://www.finance-ni.gov.uk/contacts/contact-cpd