Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Appointment of a Project Manager led ICT for BRCD - the Gobbins Phase 2

  • First published: 07 April 2023
  • Last modified: 07 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-0396e7
Published by:
Mid and East Antrim Borough Council
Authority ID:
AA49408
Publication date:
07 April 2023
Deadline date:
12 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
71000000 Architectural, construction, engineering and inspection services Construction and Real Estate
71311000 Civil engineering consultancy services Consultative engineering and construction services
71541000 Construction project management services Construction management services
71321000 Engineering design services for mechanical and electrical installations for buildings Engineering design services
71332000 Geotechnical engineering services Miscellaneous engineering services
71230000 Organisation of architectural design contests Architectural and related services
71324000 Quantity surveying services Engineering design services
71312000 Structural engineering consultancy services Consultative engineering and construction services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
procurement@midandeastantrim.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.