Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
BELFAST HARBOUR COMMISSIONERS
Harbour Office,Corporation Square
BELFAST
BT13AL
UK
Contact person: Eugene McBride
Telephone: +44 090554422
E-mail: eugene.mcbride@belfast-harbour.co.uk
NUTS: UKN06
Internet address(es)
Main address: https://www.belfast-harbour.co.uk
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
www.belfast-harbour.co.uk/corporate/corporate-tender
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Port-related activities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Belfast Harbour Film Studio - Phase 2
Reference number: Reference number: P375
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
BHC are seeking expressions of interest from contractors who are interested in providing the construction works required for a purpose built sound studios totalling approx. 180,000 sqft. The facility will also include office accommodation and associated ancillary space. Further information regarding the opportunity will be provided within the pre-qualification documents that can be requested through the contact detailed at I.1 of this FTS notice
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45212320
II.2.3) Place of performance
NUTS code:
UKN06
Main site or place of performance:
Belfast Harbour
II.2.4) Description of the procurement
The Belfast Harbour Film Studio Phase 2, will be a purpose built film studio complex, designed to meet the needs of the all current production requirements. The complex will include purpose built sound studios which will provide approx. 180,000 sqft of space. The stages will be fully soundproofed, and each will be provided with air conditioning, extraction fans, fixed steel grids, catwalks, and three phase power supplies. The stage facilities will be supported by a number of large workshops, each of which will be capable of being further sub-divided, with ancillary office accommodation. The complex will be located within a secure compound, with dedicated car parking and service vehicle access, and sufficient space to allow for outdoor filming and set construction. Both the complex and compound will be fully DDA compliant. The adjacent Phase One of the Film Studios is currently occupied and operational.
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.
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).
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:
44 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 20
This contract is subject to renewal: No
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
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:
Further information will be provided in the Pre-Qualification Questionnaire & Invitation to Tender 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.1.6) Deposits and guarantees required:
Further information will be provided in the Pre-Qualification Questionnaire & Invitation to Tender documents. Furthermore, BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.
III.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.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Further information will be provided in the PreQualification Questionnaire documents
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
Negotiated with call for competition
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:
2020/S 175-424035
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
21/12/2021
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
14/01/2022
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
Duration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JF
UK
VI.5) Date of dispatch of this notice
02/12/2021