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

TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases

  • First published: 01 July 2020
  • Last modified: 01 July 2020

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:
Published by:
The Executive Office
Authority ID:
AA56652
Publication date:
01 July 2020
Deadline date:
29 July 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 strategic definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation scope of service Annex A — currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

The Executive Office

Castle Buildings, Stormont Estate

Belfast

BT4 3GS

UK

Telephone: +44 2890816555

E-mail: construct.info@finance-ni.gov.uk

NUTS: UKN

Internet address(es)

Main address: https://etendersni.gov.uk/epps

Address of the buyer profile: https://etendersni.gov.uk/epps

I.2) 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:

https://etendersni.gov.uk/epps


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://etendersni.gov.uk/epps


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://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

TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases

Reference number: 2926458

II.1.2) Main CPV code

71220000

 

II.1.3) Type of contract

Services

II.1.4) Short description

This commission is for an integrated consultant team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 Strategic Definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation Scope of Service Annex A — currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years.

II.1.5) Estimated total value

Value excluding VAT: 243 600.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71311000

II.2.3) Place of performance

NUTS code:

UKN

II.2.4) Description of the procurement

This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 strategic definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation scope of service Annex A — currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years.

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: 243 600.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 48

This contract is subject to renewal: Yes

Description of renewals:

The contract will operate for a period of two (2) years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two (2) periods of one (1) year each up to a maximum of 4 years. Work programmes for specific tasks to be agreed on a task order basis.

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:

Further information is provided in the procurement documents, please refer to MOI Part A 1.6.1 shortlist of economic operators.

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:

In order for a contractor/consultant to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below: please refer to the pre-qualification documentation.

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

The economic operator team must be made up of the following disciplines: architect, quantity surveyor, civil engineer, landscape architect, principal designer.

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: 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 (NIPPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to NIPPP can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

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

The procurement involves the establishment of a framework agreement with a single operator.

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 29/07/2020

Local time: 15:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

CPD, in its capacity as a central purchasing body, is administering this procurement on behalf of the contracting authority. 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

Department of Finance, Construction Procurement Delivery, Procurement Operations Branch

Belfast

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Precise information on deadline(s) for review procedures: this procurement is governed by the Public Contract Regulations 2015 and provides for economic operators who have suffered or who risk suffering loss or damage as a consequence of an alleged breach of duty owned in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers .That notification will provide information on the award decision .The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the required decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time to 3 months where the court considers that there is a good reason for doing so).

VI.5) Date of dispatch of this notice

29/06/2020

Coding

Commodity categories

ID Title Parent category
71220000 Architectural design services Architectural and related services
71311000 Civil 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:
construct.info@finance-ni.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.