CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 201-362384/EN)
Nature of contract: Public works contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Works
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: South West College
Postal address: Fairview, 1 Dublin Road
Town: Enniskillen
Postal code: BT74 6AE
Country: United Kingdom
Telephone: +44 2890816555
Email: Construct.info@finance-ni.gov.uk
Nuts code: UKN05
Internet address(es):
Main address:
Address of the buyer profile:

The contract is awarded by central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: DfE — South West College Erne Project.
II.1.2) Main CPV code: 45210000
II.1.3) Type of contract: Works
II.1.4) Short Description: The contract is for the Design and Construction of the new Erne Campus for the South West College. The project is to be constructed on the former Erne Hospital site at Cornagrade Road, Enniskillen. The project will include full construction works, mechanical and electrical services, external and site development works including upgrading the existing site access. The facilities will be designed and constructed to achieve BREEAM outstanding and PassivHaus Premium standards and certification. The Contracting Authority have engaged an integrated consultancy team. ICT. to develop designs, obtain planning approval and prepare the contract documents. The planning approved design will form an integral part of the employer’s requirements as part of the contract for the project. For more info see Section 7.2 of MOI Part B.
II.1.5) Estimated total value:
Value excluding VAT: 16000000.00 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
45214000

II.2.3) Place of performance
Nuts code: UKN05
II.2.4) Description of the procurement:
The contract is for the Design and Construction of the new Erne Campus for the South West College. The project is to be constructed on the former Erne Hospital site at Cornagrade Road, Enniskillen. The project will include full construction works, mechanical and electrical services, external and site development works including upgrading the existing site access. The facilities will be designed and constructed to achieve BREEAM outstanding and PassivHaus Premium standards and certification. The Contracting Authority have engaged an integrated consultancy team. ICT. to develop designs, obtain planning approval and prepare the contract documents. The planning approved design will form an integral part of the employer’s requirements as part of the contract for the project. For more info see Section 7.2 of MOI Part B.
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: 16000000.00 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 19
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: 5
Objective criteria for choosing the limited number of candidates: As specified in the prequalification documentation: 1. Compliance and minimum standards in relation to general information, past performance, economic and financial standing and compliance with EU / UK procurement legislation. 2. Health and Safety minimum standards, past performance and ranked assessment. 3. Scored assessment of Technical and /or professional ability of the economic operator and his team of economic operator / main contractor mechanical contractor, electrical contractor, Architect, Mechanical engineer and Structural / Civil Engineer.

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.2.2) Contract performance conditions: The economic operators’ performance on this contract will be regularly monitored. If an economic operator fails to reach satisfactory levels of performance the economic operator may be issued with a Certificate of Unsatisfactory Performance. The issue of a Certificate of Unsatisfactory Performance will result in the economic operator being excluded from all procurement competitions being undertaken by Contracting Authorities on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate. A list of these bodies can be viewed at:

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Restricted procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2016-11-14 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 tender 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
IV.2) Information about electronic workflows
VI.3) Additional information:
The Authority expressly reserves the rights: (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;. (II). to make whatever changes it may see fit to the content and structure of the tendering competition;. (III). to award (a) contract(s) in respect of any part(s) of the [services] covered by this notice; and. (IV). to award contract(s) in stages. and in no circumstances will the Authority be liable for any costs incurred by candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at risk of the company participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Central Procurement Directorate
Postal address: Clare House, 303 Airport Road West
Town: Belfast
Postal code: BT39ED
Country: United Kingdom

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:2016-10-13

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking