Construction Tenders

Fri May 17 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 18th Oct 2023

Tender Details
Referenceocds-h6vhtk-03f07d
Common Procurement VocabularyBuilding construction work
Procurement MethodRestricted procedure
Value£51,000,000
More Tenders »

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 18th Oct 2023

Tender Details
Referenceocds-h6vhtk-03f07d
Common Procurement VocabularyBuilding construction work
Procurement MethodRestricted procedure
Value£51,000,000

Section I: Contracting authority

I.1) Name and addresses

Department of Justice Northern Ireland

Block B, Castle Buildings, Stormont Estate, Upper Newtownards Road

BELFAST

BT4 3SG

Contact

FAO Procurement Operations Branch

Email

construct.info [at] 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

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=5056150

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=5056150

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=5056150

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Public order and safety


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

FSNI 5056150 FSNI PROJECT ATLAS

II.1.2) Main CPV code

  • 45210000 - Building construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The Provision Of New, Modern, Office And Laboratory Accommodation For Forensic Science Northern Ireland Comprising A Three Storey Building With Full Roof Level Plant Area, On A Split Level Site; Circa 10,400m2; Ancillary Buildings; Associated Site Works; All Within A Shared Operational PSNI Complex. The Contract includes 3 years aftercare services following completion of the facility.

II.1.5) Estimated total value

Value excluding VAT: £51,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

II.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

The proposed new FSNI facility is to be located within the Seapark complex, Carrickfergus, Northern Ireland.

II.2.4) Description of the procurement

The Provision Of New, Modern, Office And Laboratory Accommodation For Forensic Science Northern Ireland Comprising A Three Storey Building With Full Roof Level Plant Area, On A Split Level Site; Circa 10,400m2; Ancillary Buildings; Associated Site Works; All Within A Shared Operational PSNI Complex. The Contract includes 3 years aftercare services following completion of the facility.

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: £51,000,000

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

Duration in months

66

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

Objective criteria for choosing the limited number of candidates:

It is anticipated that the 6 Economic Operators that satisfy: the. completeness and compliance checks; the criteria for the rejection of Economic Operators; the information as to economic and financial. standing; and who achieve the highest scores in the technical or professional ability evaluation process may be short-listed and invited. to submit tenders. Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender. For the purposes. of this exercise a tie for 6th place is deemed to occur where two or more Economic Operators have identical scores or a score within 1. mark (out of a score of 100) of the 6th place score. If the Procurement is unavoidably delayed, but not cancelled, the PQQP Submission. will be assessed at the time of receipt and the Economic Operators will be notified of the outcome. The short-list of Economic Operators. for Invitation to Tender will typically remain valid for a period of up to 12 months from the PQQP Receipt Deadline. At the Contracting Authority discretion. the period of validity may be extended.. . When the Procurement is re-commenced, the Contracting Authority may seek confirmation that. the shortlisted Economic Operators still meet the required minimum standards for the Procurement.

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

In order for a Contractor / Consultant to be eligible to participate in this competition they must. hold licences, 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 Annex K of the Construction Procurement Toolkit see https://www.finance-ni.gov.uk/sites/default/files/publications/dfp/Construction%20Toolkit.pdf . . 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-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 the 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: 2023/S 000-024105

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

Date

23 November 2023

Local time

3:00pm

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

English

IV.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)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

The Contracting 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 eprocurement. 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.

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

Email

construct.info [at] finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

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

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

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 noncompliance. 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).