Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Northern Ireland Policing Board
PO Box 401
Belfast
BT1 2AD
UK
Contact person: Procurement Operations Branch
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2741620
Address of the buyer profile: https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=2741620
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=2741620
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=2741620
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=2741620
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
Public order and safety
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
PSNI2741620: MTC Multi-Trade Contracts (Bldg, Mech and Elect) Lots 1 and 2
II.1.2) Main CPV code
45000000
II.1.3) Type of contract
Works
II.1.4) Short description
The project is for the provision of building, mechanical and electrical measured term contract works and services across the PSNI Estate. The contracting authority is looking to appoint 2 economic operators (Contractors) to provide the above services utilising an NEC3 term service contract. The contract will be divided into 2 lots. The number of potential properties at which works and services may be required in each lot area is approximately 80. A full list of active properties will be provided at tender stage. A single EO will be appointed to provide the works and services exclusively to each lot area. In special circumstances (decided upon by the contracting authority) the EO from either lot area may be asked to provide the service within the other lot area. The service shall be made available 24 hours per day and 365 days per year (including all weekends and holiday periods).
II.1.5) Estimated total value
Value excluding VAT:
33 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Lot 1
II.2.2) Additional CPV code(s)
45210000
45310000
45216110
45453100
45351000
II.2.3) Place of performance
NUTS code:
UKN
Main site or place of performance:
PSNI Estate — Refer to tender. documents.
II.2.4) Description of the procurement
The project is for the provision of building, mechanical and electrical measured term contract works and services across the PSNI Estate. The contracting authority is looking to appoint 2 economic operators (Contractors) to provide the above services utilising an NEC3 term service contract. The contract will be divided into 2 lots. The number of potential properties at which works and services may be required in each lot area is approximately 80. A full list of active properties will be provided at tender stage. A single EO will be appointed to provide the works and services exclusively to each lot area. In special circumstances (decided upon by the contracting authority) the EO from either lot area may be asked to provide the service within the other lot area. The service shall be made available 24 hours per day and 365 days per year (including all weekends and holiday periods).
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:
16 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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: 6
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
Lot No: 2
II.2.1) Title
Lot 2
II.2.2) Additional CPV code(s)
45210000
45310000
45216110
45453100
45351000
II.2.3) Place of performance
NUTS code:
UKN
II.2.4) Description of the procurement
The project is for the provision of building, mechanical and electrical measured term contract works and services across the PSNI Estate. The contracting authority is looking to appoint 2 economic operators (Contractors) to provide the above services utilising an NEC3 term service contract. The contract will be divided into 2 lots. The number of potential properties at which works and services may be required in each lot area is approximately 80. A full list of active properties will be provided at tender stage. A single EO will be appointed to provide the works and services exclusively to each lot area. In special circumstances (decided upon by the contracting authority) the EO from either lot Area may be asked to provide the service within the other lot area. The service shall be made available 24 hours per day and 365 days per year (including all weekends and holiday periods).
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:
16 500 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
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: 6
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.1.2) 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’ (EO) performance will be regularly monitored. As part of its contract management procedures, the contracting authority (CA) 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 EO has received more than one current notice of written warning or a notice of unsatisfactory performance, the CA, at its discretion, can consider an economic operator’s exclusion from future procurement, 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
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
16/03/2020
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
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
Construction Procurement Delivery CPD, Department of Finance NI
Belfast
BT3 9ED
UK
Telephone: +44 2890816555
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.
VI.5) Date of dispatch of this notice
11/02/2020