Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Mid and East Antrim Borough Council
The Braid, Ballymena Town Hall 1-29 Bridge Street
Ballymena
BT43 5Ej
UK
Telephone: +44 2825633165
E-mail: procurement@midandeastantrim.gov.uk
NUTS: UKN0F
Internet address(es)
Main address: https://www.midandeastantrim.gov.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://e-sourcingni.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://e-sourcingni.bravosolution.co.uk
Tenders or requests to participate must be sent 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:
https://e-sourcingni.bravosolution.co.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Appointment of a Project Manager led ICT for BRCD - the Gobbins Phase 2
Reference number: T415 Reissue
II.1.2) Main CPV code
71000000
II.1.3) Type of contract
Services
II.1.4) Short description
Economic Operator shall provide the services that will see this project developed from it current stage through to full design , obtaining all required approvals, tendering the IST and managing the project through to completion.
The proposal for The Gobbins Phase II project aims to address capacity issues, principally by introducing a looped walk that connects the coastal path to the cliff top path, meaning that visitors do not have to return along the same path by creating a loped route. The development will unlock the potential of The Gobbins, significantly increasing capacity and making it a completer and more enjoyable visitor experience.
the key elements of this proposal including;
• Element 1 - Ingress Structure
• Element 2 - Welcome Hub
• Element 3 - Virtual Reality Digital Enhancement at the existing Visitor Centre
• Element 4 - Refurbishment of Cliff Top Path Network
• Element 5 - Visitor Servicing
The Economic Operator will be appointed under the NEC 4 Professional Service Contract and shall provide professional services applicable to RIBA plan of Work (2020) Stages 2 to 7 and as specified in the PQQ and ITT documents. The chosen route for the procurement of the IST is a Traditional route, with fully designed and specified package, prior to issuing of the construction Phase tender package. Following the procurement and appointment of the IST the economic Operator shall undertake the management of the IST on behalf of the Employer.
II.1.5) Estimated total value
Value excluding VAT:
750 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71230000
71311000
71312000
71321000
71324000
71332000
71541000
II.2.3) Place of performance
NUTS code:
UKN0F
II.2.4) Description of the procurement
MEABC is using the Restricted procedure pursuant to Regulation 28 of the Public Contract Regulations 2015.
MEABC wishes to make a single appointment to provide the services of and Integrated Consultancy Team (ICT) to design, provide tender documentation and Project Manager the Project through the life span of the project. The ICT should have a proven record of successful project delivery through the provision of high quality professional, project management, architecture, cost management, engineering and other associated services necessaryto successfully deliver the Gobbins Phase 2 Project. The ICT will develop the existing conceptual designs through RIBA Stages 2 to 7, procure and manage the necessary investigation, studies and reports, deveop detailed and technical designs, engage with statutory bodies and obtaining the necessary approvals including full planning permission.
The ICT will develop the procurement strategy for the appointment of the IST, and in turn the PQQ and ITT documentation for the IST engagement. the ICT will then administer the IST contract through the construction phase, until the end of the defects period and conclusion of the final account.
The Economic Operator will be appointed under the NEC4 Professional Sevice Contract and shall provide the professional services applicable to RIBA plan of work (2020) Stages 2-7 and as specified in the PQQ and ITT documents.The chosen route for the procurement of the IST is a Traditional route, with fully designed and specified package, prior to issuing of the construction Phase tender package. Following the procurement and appointment of the IST the economic Operator shall undertake the management of the IST on behalf of the Employer.
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:
750 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
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: 6
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to ITT and PQQ Documentation
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, suppliers will be assessed in accordance with the Public Contracts Regulations 2015, on the basis of the information provided in response to the Pre-Qualification Questionnaire (which sets out the conditions for participation).
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Please refer to ITT and PQQ Documentation
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Please refer to ITT and PQQ Documentation
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
MEABC will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the contract, no matter the legal form taken by those entities in order to enter into the contract.
For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the procurement documents.
The Economic Operator's performance of this contract will be regularly monitored.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-000961
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
12/05/2023
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
03/07/2023
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Mid and East Antrim Council
Ballymena
UK
VI.5) Date of dispatch of this notice
06/04/2023