Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Department for Communities
Level 1 Orchard House, 40 Foyle Street
Londonderry
Level 1 Orchard Hou
UK
Contact person: Construct.Infofinance-ni.gov.uk
Telephone: +44 2890816555
E-mail: Construct.Info@finance-ni.gov.uk
NUTS: UK
Internet address(es)
Main address: https://etendersni.gov.uk/epps/home/do
Address of the buyer profile: https://etendersni.gov.uk/epps/home/do
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/home/do
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etendersni.gov.uk/epps/home/do
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/home/do
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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DFC 4774460 Inner Walled City Public Realm
Reference number: 4774460
II.1.2) Main CPV code
45220000
II.1.3) Type of contract
Works
II.1.4) Short description
The procurement of an Integrated Supply Team, who are to undertake a Develop and Construct, under an ECC NEC4 Option A contract, to provide Public Realm works within the Historic City Conservation Area in Londonderry City. The Public Realm scheme will be designed to current standards and include the provision of new public footways, carriageways, open spaces, street lighting and furniture, covering an area circa 7,010m^2.
II.1.5) Estimated total value
Value excluding VAT:
4 320 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
45233100
45232400
II.2.3) Place of performance
NUTS code:
UKN0
Main site or place of performance:
Northern Ireland.
II.2.4) Description of the procurement
The procurement of an Integrated Supply Team, who are to undertake a Develop and Construct, under an ECC NEC4 Option A contract, to provide Public Realm works within the Historic City Conservation Area in Londonderry City. The Public Realm scheme will be designed to current standards and include the provision of new public footways, carriageways, open spaces, street lighting and furniture, covering an area circa 7,010m^2.
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:
4 320 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 22
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:
Restricted = 5- PCR 2015 Regulation 65(3).
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
A minimum of 10% of the overall score at award stage will be based on suppliers’ social value delivery. proposals and score. . Further information for suppliers on scoring social value is available at the below link: . https://buysocialni.org/contractors/ . The Contract is for the provision of new public footways, carriageways, open spaces,street lighting and furniture.The. proposed public realm scheme falls within the Historic City Conservation Area in L'derry City. The overall scheme area is Circa 7,010m² and. comprises of footways and carriageways made up of variant pavement quality which . includes for the urban regeneration of the following. streets and their environs: . o Bank Place . o Union Hall Place . o Magazine Street . o Upper Magazine Street; and . o Society Street . o. Palace Street
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 Economic Operator to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below:. Refer to PQQ documentation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Refer to PQQ documentation
Minimum level(s) of standards required:
Refer to PQQ documentation
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Refer to PQQ documentation
Minimum level(s) of standards required:
Refer to PQQ documentation
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 issue the Protocol for Managing Poor Supplier Performance. contained on Annex K of the Construction Procurement Toolkit Construction Toolkit (pdf version 30 Sept 22 (1).PDF).PDF (financeni.gov.uk). If an Economic Actor has received more than on 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 Northern Ireland Public Procurement Policy (NIPPP), for a minimum of 12 months or 3 years respectively.. A list of bodies subject to NIPPP can be viewed at: List of public bodies to which NI public procurement policy applies | Department of Finance (finance-ni.gov.uk)
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:
04/05/2023
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
Tender must be valid until:
04/05/2024
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
CPD is a central purchasing body which is managing the procurement procedure on behalf of Department for Comminities which is the Contracting Authority. The contract will be entered into by Department for Communities. PQQs will be issued and should be returned via CPD’s electronic tendering system (eTendersNI). Details regarding the operation of eTendersNI are contained within the Call for Tender (CfT). The Contracting Authority expressly reserves the right: . 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; 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. . 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 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.5) Date of dispatch of this notice
31/03/2023