Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

DAERA 4218044 ANIMAL HEALTH SCIENCES BUILDING

  • First published: 29 April 2022
  • Last modified: 29 April 2022
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0320a0
Published by:
Department of Agriculture, Environment and Rural Affairs
Authority ID:
AA80496
Publication date:
29 April 2022
Deadline date:
09 June 2022
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Department of Agriculture, Environment and Rural Affairs

Dundonald House, Upper Newtownards Road, Ballymiscaw

BELFAST

BT4 3SB

UK

Contact person: Constructinfo

Telephone: +44 2890816555

E-mail: Construct.Info@finance-ni.gov.uk

NUTS: UK

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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


I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

DAERA 4218044 ANIMAL HEALTH SCIENCES BUILDING

II.1.2) Main CPV code

45210000

 

II.1.3) Type of contract

Works

II.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.

II.1.5) Estimated total value

Value excluding VAT: 48 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45300000

45310000

45315000

71220000

71321000

71311000

71312000

79993100

II.2.3) Place of performance

NUTS code:

UKN0


Main site or place of performance:

AFBI Stormont, 12 Stoney Road, Stormont, BT4 3SD

II.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.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 48 000 000.00  GBP

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

Duration in months: 102

This contract is subject to renewal: No

II.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.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Award criteria is as set out in the Instructions to Tenders document.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.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.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.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

III.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2022/S 000-006662

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

Date: 09/06/2022

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 07/10/2022

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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. . . .

VI.4) Procedures for review

VI.4.1) Review body

Department of Finance, Construction and Procurement Delivery, Procurement Operations Branch

Clare House, 303 Airport Road

Belfast

BT3 9ED

UK

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

Internet address(es)

URL: www.finance-ni.gov.uk/contact

VI.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)..

VI.5) Date of dispatch of this notice

28/04/2022

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
45210000 Building construction work Works for complete or part construction and civil engineering work
45300000 Building installation work Construction work
71311000 Civil engineering consultancy services Consultative engineering and construction services
45310000 Electrical installation work Building installation work
45315000 Electrical installation work of heating and other electrical building-equipment Electrical installation work
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
79993100 Facilities management services Building and facilities management services
71312000 Structural engineering consultancy services Consultative engineering and construction services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Construct.Info@finance-ni.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.