Ausschreibung: Bauleistungen im Hochbau - UK-Belfast Bauleistungen im Hochbau Bauarbeiten für Geschäftsbauten Dokument Nr...: 205624-2020 (ID: 2020050409170218732) Veröffentlicht: 04.05.2020 * UK-Belfast: Bauleistungen im Hochbau 2020/S 86/2020 205624 Auftragsbekanntmachung Bauauftrag Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Department of Finance Postanschrift: 303 Airport Road West Ort: Belfast NUTS-Code: UK Postleitzahl: BT3 9ED Land: Vereinigtes Königreich E-Mail: [6]construct.info@finance-ni.gov.uk Telefon: +44 2890816555 Internet-Adresse(n): Hauptadresse: [7]https://etendersni.gov.uk/epps Adresse des Beschafferprofils: [8]https://etendersni.gov.uk/epps I.2)Informationen zur gemeinsamen Beschaffung Der Auftrag wird von einer zentralen Beschaffungsstelle vergeben I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]https://etendersni.gov.uk/epps Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]https://etendersni.gov.uk/epps Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen Im Rahmen der elektronischen Kommunikation ist die Verwendung von Instrumenten und Vorrichtungen erforderlich, die nicht allgemein verfügbar sind. Ein uneingeschränkter und vollständiger direkter Zugang zu diesen Instrumenten und Vorrichtungen ist gebührenfrei möglich unter: [11]https://etendersni.gov.uk/epps I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: DoF 2874061 James House Refurbishment Project Referenznummer der Bekanntmachung: 2874061 II.1.2)CPV-Code Hauptteil 45210000 II.1.3)Art des Auftrags Bauauftrag II.1.4)Kurze Beschreibung: James House is a five-storey office block located in the Gasworks, Cromac Avenue, Belfast. First to fourth floors provide office accommodation, the ground floor providing reception areas and under croft parking. The building is split into two blocks, the main block and block D, each with a separate entrance and reception. The building is owned by DoF and is currently vacant. A full building refurbishment project is programmed to provide approximately 9 500 m^2 of office accommodation for a mixture of administrative and IT businesses. DoF intend to award the contract to a main contractor led integrated supply team (IST) in September 2020 with works commencing December 2020. The IST will be responsible for the technical design and delivery of the construction project. Upgrade and replacement of existing central plant, telecoms and M and E services distribution throughout is required to accommodate new layouts. Refurbishment of existing lift machinery to meet current standards. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 12 000 000.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 45213100 II.2.3)Erfüllungsort NUTS-Code: UKN0 II.2.4)Beschreibung der Beschaffung: James House is a five-storey office block located in the Gasworks, Cromac Avenue, Belfast. First to fourth floors provide office accommodation, the ground floor providing reception areas and under croft parking. The building is split into two blocks, the main block and block D, each with a separate entrance and reception. The building is owned by DoF and is currently vacant. A full building refurbishment project is programmed to provide approximately 9 500 m^2 of office accommodation for a mixture of administrative and IT businesses. DoF intend to award the contract to a main contractor led integrated supply team (IST) in September 2020 with works commencing December 2020. The IST will be responsible for the technical design and delivery of the construction project. Upgrade and replacement of existing central plant, telecoms and M and E services distribution throughout is required to accommodate new layouts. Refurbishment of existing lift machinery to meet current standards. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 12 000 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 20 Dieser Auftrag kann verlängert werden: nein II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Geplante Anzahl der Bewerber: 5 Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern: Refer to PQQ documentation. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: Refer to PQQ documentation. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: Refer to PQQ documentation. III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.2)Bedingungen für die Ausführung des Auftrags: 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: [12]https://www.finance-ni.gov.uk/publications/procurement-guidance-not e-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 operators 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: [13]https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni- public-procurement-policy-applies III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Nichtoffenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 02/06/2020 Ortszeit: 15:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Das Angebot muss gültig bleiben bis: 30/09/2020 IV.2.7)Bedingungen für die Öffnung der Angebote Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: CPD, in its capacity as a central purchasing body, is managing this procurement procedure on behalf of the contracting authority which is The Department of Finance. 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. 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)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Department of Finance, Construction Procurement Delivery, Procurement Operations Branch Postanschrift: Clare House, 303 Airport Road West Ort: Belfast Postleitzahl: BT3 9ED Land: Vereinigtes Königreich E-Mail: [14]construct.info@finance-ni.gov.uk Telefon: +44 2890816555 Internet-Adresse: [15]https://www.finance-ni.gov.uk/contact VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: CPD will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. For Part B services delete the standstill period wording unless a decision is taken to apply the standstill period to a Part B service. VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/04/2020 References 6. mailto:construct.info@finance-ni.gov.uk?subject=TED 7. https://etendersni.gov.uk/epps 8. https://etendersni.gov.uk/epps 9. https://etendersni.gov.uk/epps 10. https://etendersni.gov.uk/epps 11. https://etendersni.gov.uk/epps 12. https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures 13. https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies 14. mailto:construct.info@finance-ni.gov.uk?subject=TED 15. https://www.finance-ni.gov.uk/contact OT: 04/05/2020 S86 Works - Contract notice - Restricted procedure United Kingdom-Belfast: Building construction work 2020/S 086-205624 Contract notice Works Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Department of Finance Postal address: 303 Airport Road West Town: Belfast NUTS code: UK Postal code: BT3 9ED Country: United Kingdom E-mail: [6]construct.info@finance-ni.gov.uk Telephone: +44 2890816555 Internet address(es): Main address: [7]https://etendersni.gov.uk/epps Address of the buyer profile: [8]https://etendersni.gov.uk/epps I.2)Information about 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: [9]https://etendersni.gov.uk/epps Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]https://etendersni.gov.uk/epps Tenders or requests to participate must be submitted to the abovementioned address 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: [11]https://etendersni.gov.uk/epps I.4)Type of the contracting authority Body governed by public law I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: DoF 2874061 James House Refurbishment Project Reference number: 2874061 II.1.2)Main CPV code 45210000 II.1.3)Type of contract Works II.1.4)Short description: James House is a five-storey office block located in the Gasworks, Cromac Avenue, Belfast. First to fourth floors provide office accommodation, the ground floor providing reception areas and under croft parking. The building is split into two blocks, the main block and block D, each with a separate entrance and reception. The building is owned by DoF and is currently vacant. A full building refurbishment project is programmed to provide approximately 9 500 m^2 of office accommodation for a mixture of administrative and IT businesses. DoF intend to award the contract to a main contractor led integrated supply team (IST) in September 2020 with works commencing December 2020. The IST will be responsible for the technical design and delivery of the construction project. Upgrade and replacement of existing central plant, telecoms and M and E services distribution throughout is required to accommodate new layouts. Refurbishment of existing lift machinery to meet current standards. II.1.5)Estimated total value Value excluding VAT: 12 000 000.00 GBP II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 45213100 II.2.3)Place of performance NUTS code: UKN0 II.2.4)Description of the procurement: James House is a five-storey office block located in the Gasworks, Cromac Avenue, Belfast. First to fourth floors provide office accommodation, the ground floor providing reception areas and under croft parking. The building is split into two blocks, the main block and block D, each with a separate entrance and reception. The building is owned by DoF and is currently vacant. A full building refurbishment project is programmed to provide approximately 9 500 m^2 of office accommodation for a mixture of administrative and IT businesses. DoF intend to award the contract to a main contractor led integrated supply team (IST) in September 2020 with works commencing December 2020. The IST will be responsible for the technical design and delivery of the construction project. Upgrade and replacement of existing central plant, telecoms and M and E services distribution throughout is required to accommodate new layouts. Refurbishment of existing lift machinery to meet current standards. 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: 12 000 000.00 GBP II.2.7)Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 20 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: 5 Objective criteria for choosing the limited number of candidates: Refer to PQQ documentation. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues 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 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: Refer to PQQ documentation. III.1.2)Economic and financial standing Selection criteria as stated in the procurement documents III.1.3)Technical and professional ability List and brief description of selection criteria: Refer to PQQ documentation. III.1.5)Information about reserved contracts 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: [12]https://www.finance-ni.gov.uk/publications/procurement-guidance-not e-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 operators 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: [13]https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni- public-procurement-policy-applies 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.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction 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 IV.2.2)Time limit for receipt of tenders or requests to participate Date: 02/06/2020 Local time: 15:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates 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 Tender must be valid until: 30/09/2020 IV.2.7)Conditions for opening of tenders Section VI: Complementary information VI.1)Information about recurrence This is a recurrent procurement: no VI.2)Information about electronic workflows VI.3)Additional information: CPD, in its capacity as a central purchasing body, is managing this procurement procedure on behalf of the contracting authority which is The Department of Finance. 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. 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 Official name: Department of Finance, Construction Procurement Delivery, Procurement Operations Branch Postal address: Clare House, 303 Airport Road West Town: Belfast Postal code: BT3 9ED Country: United Kingdom E-mail: [14]construct.info@finance-ni.gov.uk Telephone: +44 2890816555 Internet address: [15]https://www.finance-ni.gov.uk/contact VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure Precise information on deadline(s) for review procedures: CPD will incorporate a minimum 10 calendar day standstill period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. For Part B services delete the standstill period wording unless a decision is taken to apply the standstill period to a Part B service. VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 29/04/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de