Notice Information
Notice Title
DE 3924804 Strule Shared Education Campus Main Works Contract (OPEN)
Notice Description
The Strule Shared Education Campus (SSEC) Programme is a longstanding Executive priority with continued broad political support. It is a hugely significant programme, representing massive capital investment in the west of Northern Ireland (NI), stimulating further development and regeneration of the region. The SSEC programme will bring together 6 schools and over 4000 children and young people, from all backgrounds who will learn together on a vibrant and dynamic campus. As a pioneering project it will transform education in NI. Significant work on the Strule Programme has been completed to date, including delivery of 1 of the 6 schools. The SSEC Main Works Competition (MWC) will include the delivery of the remaining five post primary school buildings and associated facilities which equate to approximately 64,000m2 of building accommodation, in addition to synthetic pitches, infrastructure, environmental protection, landscaping and general site development works.
Lot Information
Lot 1
The Strule Shared Education Campus (SSEC) Programme is a longstanding Executive priority with continued broad political support. It is a hugely significant programme, representing massive capital investment in the west of Northern Ireland (NI), stimulating further development and regeneration of the region. The SSEC programme will bring together 6 schools and over 4000 children and young people, from all backgrounds who will learn together on a vibrant and dynamic campus. As a pioneering project it will transform education in NI. Significant work on the Strule Programme has been completed to date, including delivery of 1 of the 6 schools. The SSEC Main Works Competition (MWC) will include the delivery of the remaining five post primary school buildings and associated facilities which equate to approximately 64,000m2 of building accommodation, in addition to synthetic pitches, infrastructure, environmental protection, landscaping and general site development works. Additional information: The designs for the remaining 5 post primary schools & shared facilities are broadly developed to RIBA Stage 3 2016. Full planning permission for the Campus masterplan & building designs has been attained. The MWC will be procured as a Develop & Construct contract through the appointment of a Building Contractor led Integrated Supply Team (IST). The IST will be required to take full responsibility for the Employer's initial design and develop this into the technical design for the Employer's acceptance under a NEC3 Option C Target. Cost Contract. The contract will be managed on a two stage approach: * Pre - Construction Period (Stage 1) * Construction (Stage 2). The MWC will be delivered to BIM level 2 in accordance with the Employer's. Information Requirements. The MWC is to be completed within realistic timescales stated in the contract to coincide with schools migration onto the campus. The Works Information is held in a Document Management System called 'BOX' and will be made available to lead Economic Operators. Please use the eTendersNI messaging function to request access to BOX by providing names and email addresses for TWO persons only. On receipt, a link will be forwarded to the listed email addresses which will provide access to the Works Information.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02cae5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/021879-2022
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45210000 - Building construction work
45214000 - Construction work for buildings relating to education and research
Notice Value(s)
- Tender Value
- £120,000,000 £100M-£1B
- Lots Value
- £120,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 9 Aug 20223 years ago
- Submission Deadline
- 6 Jun 2022Expired
- Future Notice Date
- 2 Oct 2022Expired
- Award Date
- 9 Aug 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF EDUCATION
- Additional Buyers
- Contact Name
- FAO Procurement Operations, construct.info
- Contact Email
- construct.info@finance-ni.gov.uk
- Contact Phone
- +44 2890816555
Buyer Location
- Locality
- BANGOR
- Postcode
- BT19 7PR
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN09 Ards and North Down
- Delivery Location
- TLN0 Northern Ireland
-
- Local Authority
- Ards and North Down
- Electoral Ward
- Ballygrainey
- Westminster Constituency
- North Down
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02cae5-2022-08-09T14:38:18+01:00",
"date": "2022-08-09T14:38:18+01:00",
"ocid": "ocds-h6vhtk-02cae5",
"description": "The Works Information is held in a Document Management System called. 'BOX' and will be made available to lead Economic Operators. Please use the eTendersNI messaging function to request access to BOX by providing names and email addresses for TWO persons only. On receipt, a link will be forwarded to the listed email addresses which will provide access to the Works Information. The 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 e-procurement 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.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-02cae5",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DE 3924804 Strule Shared Education Campus Main Works Contract (OPEN)",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
"mainProcurementCategory": "works",
"description": "The Strule Shared Education Campus (SSEC) Programme is a longstanding Executive priority with continued broad political support. It is a hugely significant programme, representing massive capital investment in the west of Northern Ireland (NI), stimulating further development and regeneration of the region. The SSEC programme will bring together 6 schools and over 4000 children and young people, from all backgrounds who will learn together on a vibrant and dynamic campus. As a pioneering project it will transform education in NI. Significant work on the Strule Programme has been completed to date, including delivery of 1 of the 6 schools. The SSEC Main Works Competition (MWC) will include the delivery of the remaining five post primary school buildings and associated facilities which equate to approximately 64,000m2 of building accommodation, in addition to synthetic pitches, infrastructure, environmental protection, landscaping and general site development works.",
"value": {
"amount": 120000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The Strule Shared Education Campus (SSEC) Programme is a longstanding Executive priority with continued broad political support. It is a hugely significant programme, representing massive capital investment in the west of Northern Ireland (NI), stimulating further development and regeneration of the region. The SSEC programme will bring together 6 schools and over 4000 children and young people, from all backgrounds who will learn together on a vibrant and dynamic campus. As a pioneering project it will transform education in NI. Significant work on the Strule Programme has been completed to date, including delivery of 1 of the 6 schools. The SSEC Main Works Competition (MWC) will include the delivery of the remaining five post primary school buildings and associated facilities which equate to approximately 64,000m2 of building accommodation, in addition to synthetic pitches, infrastructure, environmental protection, landscaping and general site development works. Additional information: The designs for the remaining 5 post primary schools & shared facilities are broadly developed to RIBA Stage 3 2016. Full planning permission for the Campus masterplan & building designs has been attained. The MWC will be procured as a Develop & Construct contract through the appointment of a Building Contractor led Integrated Supply Team (IST). The IST will be required to take full responsibility for the Employer's initial design and develop this into the technical design for the Employer's acceptance under a NEC3 Option C Target. Cost Contract. The contract will be managed on a two stage approach: * Pre - Construction Period (Stage 1) * Construction (Stage 2). The MWC will be delivered to BIM level 2 in accordance with the Employer's. Information Requirements. The MWC is to be completed within realistic timescales stated in the contract to coincide with schools migration onto the campus. The Works Information is held in a Document Management System called 'BOX' and will be made available to lead Economic Operators. Please use the eTendersNI messaging function to request access to BOX by providing names and email addresses for TWO persons only. On receipt, a link will be forwarded to the listed email addresses which will provide access to the Works Information.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "None",
"type": "quality",
"description": "0"
},
{
"name": "None",
"type": "cost",
"description": "0"
}
]
},
"hasOptions": false,
"value": {
"amount": 120000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1050
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45214000",
"description": "Construction work for buildings relating to education and research"
}
],
"deliveryAddresses": [
{
"region": "UKN0"
},
{
"region": "UKN0"
},
{
"region": "UKN0"
}
],
"deliveryLocation": {
"description": "Strule Shared Education Campus, Omagh, Northern. Ireland"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-10-03T00:00:00+01:00",
"atypicalToolUrl": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3924804"
},
"coveredBy": [
"GPA"
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3924804",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Refer to ITT documentation",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"contractTerms": {
"performanceTerms": "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. A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"tenderPeriod": {
"endDate": "2022-06-06T15:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"awardPeriod": {
"startDate": "2022-06-06T15:30:00+01:00"
},
"bidOpening": {
"date": "2022-06-06T15:30:00+01:00",
"address": {
"streetAddress": "via CPD's eprocurement Tender system eTendersNI"
},
"description": "Tenders will be opened by nominated CPD personnel"
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-06-06T15:00:00+01:00"
},
"newValue": {
"date": "2022-07-04T15:00:00+01:00"
},
"where": {
"section": "IV.2.2)",
"label": "Time limit for receipt of tenders"
}
}
]
},
{
"id": "2",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-07-04T15:00:00+01:00"
},
"newValue": {
"date": "2022-08-22T15:00:00+01:00"
},
"where": {
"section": "IV.2.2)",
"label": "Time limit for receipt of tenders"
}
}
],
"description": "Time limit for receipt of tenders"
},
{
"id": "3",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-08-22T15:00:00+01:00"
},
"newValue": {
"date": "2022-09-26T15:00:00+01:00"
},
"where": {
"section": "VI.2.2)",
"label": "Time limit for receipt of tenders"
}
}
],
"description": "Time limit for receipt of tenders"
}
]
},
"parties": [
{
"id": "GB-FTS-23089",
"name": "Department of Education DE",
"identifier": {
"legalName": "Department of Education DE"
},
"address": {
"streetAddress": "Rathgael House, Balloo RoadStrule Programme Management, Rathgael House, Balloo Road",
"locality": "Bangor",
"region": "UK",
"postalCode": "BT19 7PR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890816555",
"email": "Construct.info@finance-ni.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-12065",
"name": "CPD - Construction Division",
"identifier": {
"legalName": "CPD - Construction Division"
},
"address": {
"streetAddress": "303 Airport Road West",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "construct.info",
"telephone": "+44 2890816555",
"email": "Construct.info@finance-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-29498",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"locality": "Belfast",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-37577",
"name": "Department of Education",
"identifier": {
"legalName": "Department of Education"
},
"address": {
"streetAddress": "Strule Programme Management, Rathgael House, Balloo Road",
"locality": "Bangor",
"region": "UK",
"postalCode": "BT19 7PR",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "FAO Procurement Operations",
"telephone": "+44 2890816555",
"email": "Construct.info@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3924804"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "MINISTRY",
"description": "Ministry or any other national or federal authority, including their regional or local subdivisions"
},
{
"scheme": "COFOG",
"id": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-1658",
"name": "Department of Finance, Construction Procurement Delivery, Procurement Operations Branch",
"identifier": {
"legalName": "Department of Finance, Construction Procurement Delivery, Procurement Operations Branch"
},
"address": {
"streetAddress": "Clare House, 303 Airport Road West",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890816555",
"email": "construct.info@finance-ni.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.finance-ni.gov.uk/contacts/contact-cpd"
}
}
],
"buyer": {
"id": "GB-FTS-37577",
"name": "Department of Education"
},
"language": "en",
"awards": [
{
"id": "023762-2021-1-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "unsuccessful"
}
]
}