An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
307323-2020 - Competition
Notice View
Summary
I.1.
Name and addresses
Official name: The Executive Office
Official name: The Executive Office
Postal address: Castle Buildings, Stormont Estate
Town: Belfast
NUTS code: UKN Northern Ireland
Postal code: BT4 3GS
Country: United Kingdom
E-mail: construct.info@finance-ni.gov.uk
Telephone: +44 2890816555
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.5.
Main activity
General public services
General public services
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 Architectural design services
71220000 Architectural design services
II.1.3.
Type of contract
Services
Services
II.1.5.
Estimated total value
Value excluding VAT: 243 600,00 GBP
Value excluding VAT: 243 600,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.2.
Additional CPV code(s)
71311000 Civil engineering consultancy services
71311000 Civil engineering consultancy services
II.2.3.
Place of performance
NUTS code: UKN Northern Ireland
II.2.6.
Estimated value
Value excluding VAT: 243 600,00 GBP
Value excluding VAT: 243 600,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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.
IV.2.2.
Time limit for receipt of tenders or requests to participate
Date: 29/07/2020 Local time: 15:00
Date: 29/07/2020 Local time: 15:00
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
VI.5.
Date of dispatch of this notice
29/06/2020
29/06/2020
Languages and formats
Notice
Official language
307323-2020 - CompetitionSee the notice on TED website 
307323-2020
307323-2020 - CompetitionUnited Kingdom-Belfast: Architectural design services
OJ S 125/2020 01/07/2020
Contract notice
Services
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1.
Name and addresses
Official name: The Executive Office
Official name: The Executive Office
Postal address: Castle Buildings, Stormont Estate
Town: Belfast
NUTS code: UKN Northern Ireland
Postal code: BT4 3GS
Country: United Kingdom
E-mail: construct.info@finance-ni.gov.uk
Telephone: +44 2890816555
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2.
Information about 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
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 submitted electronically via: https://etendersni.gov.uk/epps
Tenders or requests to participate must be submitted 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
Body governed by public law
I.5.
Main activity
General public services
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 Architectural design services
71220000 Architectural design services
II.1.3.
Type of contract
Services
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
Value excluding VAT: 243 600,00 GBP
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.2.
Description
II.2.2.
Additional CPV code(s)
71311000 Civil engineering consultancy services
71311000 Civil engineering consultancy services
II.2.3.
Place of performance
NUTS code: UKN Northern Ireland
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
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
Value excluding VAT: 243 600,00 GBP
II.2.7.
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: 5Objective criteria for choosing the limited number of candidates:
Envisaged number of candidates: 5Objective 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
Variants will be accepted: no
II.2.11.
Information about options
Options: no
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
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
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
Selection criteria as stated in the procurement documents
III.1.3.
Technical and professional ability
Selection criteria as stated in the procurement documents
Selection criteria as stated in the procurement documents
III.2.
Conditions related to the contract
III.2.1.
Information about a particular profession
Execution of the service is reserved to a particular professionReference to the relevant law, regulation or administrative provision:
Execution of the service is reserved to a particular professionReference 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
Restricted procedure
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
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
Date: 29/07/2020 Local time: 15:00
IV.2.3.
Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4.
Languages in which tenders or requests to participate may be submitted
English
English
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)
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
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
Official name: Department of Finance, Construction Procurement Delivery, Procurement Operations Branch
Official name: Department of Finance, Construction Procurement Delivery, Procurement Operations Branch
Town: Belfast
Country: United Kingdom
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
29/06/2020

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies