Simplified Procurement process (Works) MoI-Part B

Simplified Procurement Process for

a below threshold Works Contract

Memorandum of Information

MoI-PART B: SCHEDULE OF CONTRACT

SPECIFIC INFORMATION

(To be read in conjunction with MoI-PART A attached separately)

rEFURBISHMENT & IMPROVEMENT WORKS TO BISHOP STREET COMMUNITY CENTRE.

Ref: PCO/08/15

Tender Reference Number: TENV15-18

This Memorandum of Information (MoI) consists of two parts:

MoI-Part A: Generic Information & Guidance:

This is a separate document which does not contain contract specific information. It is a standard generic document which sets out information and guidance applicable to the procurement of all construction works contracts to be taken forward by a Centre of Procurement Expertise (CoPE) using its simplified procurement process for competitions which are not subject to the Public Contracts Regulations.

MoI-Part B: Schedule of Contract Specific Information (this document)

This document contains information that is specific to this particular construction works contract procurement competition. The CoPE is identified in section 7.1.

CONTENTS PAGE NO

7 Competition Details 4

7.1 name of Employer and cope 4

7.2 Description of the Contract 4

7.3 estimated value 4

7.4 form of contract 5

7.5 Timetable and tender stage details 5

7.5.1 timetable 5

7.5.2 tender stage 5

7.5.3 PROJECT BANK ACCOUNTS 6

7.6 Conflict of interest 6

7.7 Sumbission Date and Time 6

7.8 constructionline details 7

7.9 Licences, Accreditations and Certifications 9

7.10 INSURANCE REQUIREMENTS 9

7.11 PQQ-Part 1 - evaluation 10

7.12 PQQ-Part 2 - Evaluation 10

7.13 Contract Complaints procedure 11

Version: 1.2 Page 10 of 10

Simplified Procurement process (Works) MoI-Part B

7  Competition Details

7.1  name of Employer and cope

The Employer for the Contract is Derry City & Strabane District Council

The Employer has appointed a Managing Agent as the CoPE to provide procurement advice and administer this procurement competition on its behalf.

For the purposes of this competition, the sole contact point is the Managing Agent and the address to which the Contractor’s PQQP submission must be returned to (see section 7.7).

The Managing Agent is:

Email address:

Telephone: +44 2871 365151 Ext. 6623

7.2  Description of the Contract

This contract is for refurbishment and improvement works to Bishop Street Community Centre Bishop Street Derry with funding provided under the Urban Village Programme. Works will consist of
·  Replacement of existing flat and pitched roof coverings with new roof decking and polymeric single ply sheeting
·  Replacement of external windows.
·  Improvements to thermal insulation to include dry lining to main hall and improved insulation.
·  Mechanical and Electrical improvements to existing services.
·  Building finishes -painting/decorating and floor finishes.
·  Estimated Contract period = 8 weeks.

7.3  estimated value

The estimated value, excluding VAT, of the Contract is £150,000.00.

The value for this Contract is in the value Band 1 - £30,000-£2M. Accordingly those sections of the Pre-qualification Documentation that relate specifically to contracts in other value bands shall not apply. Please see MoI-Part A section 1.4 – Procurement Process.

7.4  form of contract

The NEC3 Engineering & Construction Short Contract April 2013 shall be used for this Contract. Full details of the contract conditions shall be set out in the Invitation to Tender documents.

7.5  Timetable and tender stage details

7.5.1  timetable

The indicative timetable for the main stages of the procurement process is set out in the table below:

ACTIVITY / Target Date /
Notification of short-list of Contractors to be invited to submit a tender. / Mid December 2015
Date of issue of ‘Invitation to Tender’ / March 2016
Date for return of tenders / Late April 2016
Award of contract / May 2016
The Employer reserves the right to amend these timescales.

Further information will be included in the Invitation to Tender documentation.

In the event that the procurement is unavoidably delayed, but not cancelled, the PQQP will be assessed at the time of receipt and Contractors will be notified of the outcome.

The short-list of Contractors for invitation to tender will remain valid for a period of up 24 months from the PQQP submission date.

When the procurement process is re-commenced, the Employer may seek confirmation that the short-listed Contractors still meet the required minimum standards for the competition.

7.5.2  tender stage

Procurement Guidance Note 05/12 – ‘Simplified approach to procurement over £30k and under threshold’ sets out the basis for the award of under threshold contracts.

7.5.3  PROJECT BANK ACCOUNTS

N/A

7.6  Conflict of interest

The Contractor is advised that the Employer has appointed the following firms to act on its behalf in this procurement competition:-

None.

Given their existing involvement in the contract, none of the firms listed above may act as a Contractor for this competition, or form part of any Consortium or Contractor Team. The Contractor must not contact any of the above firms with regard to this competition. All requests for clarification must be submitted to the Employer as instructed in MoI-Part A, Section 5.7.

7.7  Sumbission Date and Time

The PQQP, including PQQ-Part 1 and PQQ-Part 2 and all associated attachments must be submitted as instructed in MoI-Part A, Section 5.1, no later than 12pm on the PQQP Submission Date shown below:

PQQP Submission Date: 12 noon Friday 15th January 2016

The Contractor’s PQQP submission must be returned to the Managing Agent, to the address indicated in Section 7.1, and in accordance with MOI-Part A, Section 5.1.

The envelope containing the Contractor’s PQQP submission should not bear any name or mark by which the Contractor can be identified. The envelope should be marked:

7.8  constructionline details

Table 1a – Category Value
Minimum Category Value for Contractor / £150,000.00
Consortium members only – Each member must have a minimum Category Value of £60,000.00 and the sum of their Category Values must be equal to or greater than the value set out above.

Table 1b contains ‘Relevant Work Category(ies)’ acceptable to the Employer. Should a Contractor wish the Employer to consider a Work Category not listed in Table 1b they shall make their request by issuing a message to the Employer in accordance with MoI-Part A, Section 5.7. The Employer may decide at its absolute discretion not to accept any such requests.

Table 1b – Relevant Work Categories
Sector / CATEGORY / Category
Building General / BUILDING (GENERAL) / 45210000-2
General Roofing / ROOFING / 45261000-4

7.9  Licences, Accreditations and Certifications

In order for a Contractor to be eligible to participate in this competition the Contractor must hold licences, accreditations or certificates for specific categories and sectors as set out below in Table 1c – Licences, Accreditations and Certifications.

Contractor / Table 1c
Licences, Accreditations and Certifications
None

7.10  INSURANCE REQUIREMENTS

Table 2 – Insurance details
1. Public liability insurance (Contractor only)
Public liability insurance with a minimum limit of indemnity not less than £10m GBP per incident.
2. Construction “All Risks” Insurance (Contractor only)
Construction all risks insurance with a minimum limit of indemnity not less than
£172 500 k GBP per incident.
3. Employer’s liability insurance (Contractor only)
Employer’s liability insurance with a minimum limit of indemnity not less than £10m GBP per incident compliant with applicable statutory requirements.
4. Professional indemnity insurance
Not applicable

Failure to comply with the above insurance details will result in the PPQ being rejected by the Employer.

7.11  PQQ-Part 1 - evaluation

Each criterion in PQQ-Part 1 shall be assessed in accordance with Table 3, below.

Table 3 – PQQ-Part 1 Evaluation
Selection Criteria / Evaluation
Approach / Minimum Requirement
for a Contractor / Minimum Requirement for Consortium Lead Enterprise
(Where Applicable) / Minimum Requirement for a Consortium Member
(Where Applicable)
[A-01] to [A-03] / Not
Used / Information Only / Information Only / Information Only
[B-01] / Not Used / Not Used / Not Used / Not Used
[B-02] / Pass/Fail / Pass / Pass / Pass
[B-03] / Pass/Fail / Pass / Pass / Pass
[B-04] / Pass/Fail / Pass / Pass / Pass
[B-05] / Pass/Fail / Pass / Pass / Pass
[B-06] / Pass/Fail / Pass / Pass / NOT USED
[B-07] / Pass/Fail / Pass / Pass / Pass
[C-01] / Pass/Fail / Pass / Pass / Pass
[C-02] / Pass/Fail / Pass / Pass / Pass
[C-03] / Pass/Fail / Pass / Pass / Pass

If a Contractor, Consortium Lead Enterprise’s or Consortium member is assessed as a ‘Fail’ under any criteria, then the Contractor will not be considered further in this competition.

7.12  PQQ-Part 2 - Evaluation

Each criterion in PQQ-Part 2, Section D shall be assessed in accordance with Table 4, below.

Table 4 – PQQ-Part 2 Evaluation
Selection Criteria / Evaluation
Approach / Minimum Requirement
for a Contractor
D-01 / Pass/Fail / Pass

If the Employer assesses a Contractor’s response to criteria D-01 to be a ‘Fail’, then the Contractor will not be considered further in this competition.

7.13  Contract Complaints procedure

If you feel the Employer / Managing Agent has fallen short of demonstrating the values expected of this procurement exercise, then please submit an email to the Senior Partner of the Managing Agent,

Email Address:

All complaints must in the first instance be referred to the Senior Partner of Managing Agent, however, should the Senior Partner of the Managing Agent be unable to resolve your complaint and you wish to take the matter further you should refer the matter to the Employer’s Director of Environment and Regeneration at Derry City and Strabane District Council by submitting a message via:

Full details of the Complaints Procedure are available from the following link:

http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-suppliers/cpd_supplier_charter_gateway_page/cpd-supplier-charter-revised-23072013.pdf

Version: 1.2 Page 10 of 10