Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Northern Regional College
Ballymena
BT3 9ED
UK
Contact person: Construct.Info
Telephone: +44 2890816555
E-mail: Construct.Info@finance-ni.gov.uk
NUTS: UKN0
Internet address(es)
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://www.economy-ni.gov.uk/
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=2225306
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=2225306
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=2225306
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DOE-2225306: New Building for Northern Regional College — Coleraine Campus
II.1.2) Main CPV code
45210000
II.1.3) Type of contract
Works
II.1.4) Short description
The project is for the development and construction of a new campus for Northern Regional College constructed on the existing Coleraine Site at Union Street, Coleraine. The project will include the following works: site clearance including removal of existing college buildings and associated service and drainage; existing drainage and services diversions; earthworks including cut/fill and removal of surplus excavated/unsuitable material; construction of new fully serviced campus building; site works and associated landscaping. The form of contract for pre-construction will be NEC4 Option A and for construction will be NEC4 Option C. Please refer to the procurement documents for further information. The Contract will be awarded to the Economic Operator which has submitted the Most Economically Advantageous Tender (MEAT) using the Narrow Average, Price Scoring Mechanism. Refer to PQQ package for a complete description of this procurement.
II.1.5) Estimated total value
Value excluding VAT:
22 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45214000
45210000
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Northern Regional College, Union Street, Coleraine, BT52 1QA.
II.2.4) Description of the procurement
The project is for the development and construction of a new campus for Northern Regional College constructed on the existing Coleraine Site at Union Street, Coleraine. The project will include the following works: site clearance including removal of existing college buildings and associated service and drainage; existing drainage and services diversions; earthworks including cut/fill and removal of surplus excavated/unsuitable material; construction of new fully serviced campus building; site works and associated landscaping. The form of contract for pre-construction will be NEC4 Option A and for construction will be NEC4 Option C. Please refer to the procurement documents for further information. The Contract will be awarded to the Economic Operator which has submitted the Most Economically Advantageous Tender (MEAT) using the Narrow Average, Price Scoring Mechanism. Refer to PQQ package for a complete description of this procurement.
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:
22 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 28
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 6
Objective criteria for choosing the limited number of candidates:
In accordance with Regulation 65(3) of the Public Contract Regulation 2015, 6 candidates will be invited. This is considered to offer adequate competition to ensure that the Employer is assured value for money and that there is sufficient opportunity offered to tenders. 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
The contract duration identified in Section II.2.7) is indicative only. The contract provides for an estimated pre-construction period of 4 months and an estimated construction period of 24 months. Please refer to the draft contract for further information. The value of the contract identified in Section II.2.6) is an estimate only. Award criteria is set out in the Instructions to Tenderers
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/Consultatnt to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below:
— Architect — Employees must have and maintain: Registration with the Architect’s Registration Board (ARB) or equivalent professional body within your own jurisdiction,
— Structural Engineer — Employees must have and maintain:
—— Chartered Membership of the Institution of Structural Engineers (IStructE),
—— Chartered membership of Engineers Ireland or equivalent professional body within your own jurisdiction,
— Electrical Engineer — Employees must be from the electrical discipline and have and maintain:
—— Chartered Membership of the Chartered Institution of Building Services Engineers (CIBSE),
—— Chartered Membership of the Institution of Engineering and Technology (IET) or equivalent professional body within your own jurisdiction,
— Mechanical Engineer — Employees must be from the Mechanical discipline and have and maintain:
—— Chartered Membership of the Chartered Institution of Building Services Engineers (CIBSE),
—— Chartered Membership of the Institution of Mechanical Engineers (IMechE) or equivalent professional body within your own jurisdiction,
— Civil Engineer — Employees must have and maintain:
—— Chartered Membership of the Institution of Civil Engineers (ICE),
—— Chartered membership of Engineers Ireland or equivalent professional body within your own jurisdiction.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Economic Operators are required to be registered and have Verified Status on Constructionline and should have the minimum category value (8 500 000 GBP) in at least one of the Constructionline Categories specified or have submitted a fully completed PQQ1A Constructionline Financial Addendum/s. In the case where an Economic Operator is a Group of Economic Operators or relying on the capacity of Other Entities for economic and financial standing, the Economic Operator as “Leads Enterprise” must have a Category Value no less than 40 % of the Minimum Category Value (3 400 000 GBP) required by the Contracting Authority and the sum of the Category Values of the Group of Economic Operators and the Other Entities that it is relying on for economic and financial standing, in a “Relevant Work Category” must be greater than or equal to the Minimum Category Value (8 500 000 GBP) required by the Contracting Authority. Building General, Building General, 45210000-2, Building General, Building (Schools and Colleges), 45214000-0, Building General, Listed Building Work, 45210000-2, Building General, Building (Design and Construct), 45210000-2, Building General, Building Refurbishment, 45453100-8.
Minimum level(s) of standards required:
In order for an Economic Operator to be eligible to participate in this competition the Economic Operator Team must hold valid insurance to all the applicable values.
1) Public Liability Insurance with a minimum limit of indemnity not less than 10 000 000 GBP per incident;
2) Employer’s liability insurance (Economic Operator only) with a minimum limit of indemnity not less than 10 000 000 GBP per incident compliant with applicable statutory requirements. Contractor All Risk Insurance with minimum not less than 23 000 000 GBP per incident. Professional indemnity insurance for all activities of a professional nature including design liability with a limit of indemnity of not less than that specified in GBP for each and every claim 5 000 000 GBP.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
For the purposes of pre-qualification in addition to the Main Contractor, the following Main Contractor’s Team Members will be assessed: architect/lead designer, electrical engineer, mechanical engineer and structural/civil engineer.
Conflict of interest: The Contractor or the Lead Enterprise in the Consortium must confirm that, if successful in being short-listed for Invitation to Tender and ultimately awarded the tender, there would be no conflict or perceived conflict of interest in relation to the Contractor Team completing the contract. The Contractor or the Lead Enterprise in the Consortium must complete the “Conflict of Interest Declaration” in Section E of the online CfT questionnaire, on behalf of the Contractor Team. The Employer has appointed the following firms to act on its behalf in this Procurement:
— McAdam Design,
— Mott McDonald,
— JCP Consulting,
— McIIwaine Landscape Architects,
— Clever Fulton Rankin.
Given their existing involvement in the project, none of the firm(s) listed above may act as a Consultant for this Procurement, or form part of any Consortium or Contractor's Team. The Contractor or the Lead Enterprise in the Consortium must not contact any of the above firms with regard to this Procurement.
Minimum level(s) of standards required:
— Architect — Employees must have and maintain: Registration with the Architect’s Registration Board (ARB) or equivalent professional body within your own jurisdiction,
— Structural Engineer — Employees must have and maintain:
—— Chartered Membership of the Institution of Structural Engineers (IStructE),
—— Chartered membership of Engineers Ireland; or equivalent professional body within your own jurisdiction,
— Electrical Engineer — Employees must be from the electrical discipline and have and maintain:
—— Chartered Membership of the Chartered Institution of Building Services Engineers (CIBSE),
—— Chartered Membership of the Institution of Engineering and Technology (IET) or equivalent professional body within your own jurisdiction,
— Mechanical Engineer — Employees must be from the Mechanical discipline and have and maintain:
—— Chartered Membership of the Chartered Institution of Building Services Engineers (CIBSE),
—— Chartered Membership of the Institution of Mechanical Engineers (IMechE) or equivalent professional body within your own jurisdiction,
— Civil Engineer — Employees must have and maintain:
—— Chartered Membership of the Institution of Civil Engineers (ICE),
—— Chartered membership of Engineers Ireland or equivalent professional body within your own jurisdiction.
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.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.
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.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/07/2019
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: 4 (from the date stated for receipt of tender)
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) to award one, some, all or no lots;
(ii) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage and
(iii) 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
Department of Finance, Construction and Procurement Delivery, Procurement Operations Branch, Clare House, 303 Airport Road West
Belfast
BT3 9ED
UK
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.uk
Internet address(es)
URL: https://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
23/05/2019