Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract is awarded by a central purchasing body
I.3)CommunicationAdditional information can be obtained from the abovementioned address
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 authorityBody governed by public law
I.5)Main activityEducation
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DE 2449401 Appointment of an Integrated Consultant Team for Holy Rosary Primary School, Belfast. SEP 2-10
II.1.2)Main CPV code71000000
II.1.3)Type of contractServices
II.1.4)Short description:
The provision of a construction related professional services team of consultants to actively develop the employer's requirements and provide professional services in accordance with RIBA Plan of Work 2013 Stages 1-7. For a complete description of this procurement please refer to the pre-qualification questionnaire package.
II.1.5)Estimated total valueValue excluding VAT: 220 000.00 GBP
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)71000000
II.2.3)Place of performanceNUTS code: UKN0
II.2.4)Description of the procurement:
The provision of a construction related professional services team of consultants to actively develop the employer's requirements and provide professional services in accordance with RIBA Plan of Work 2013 Stages 1-7. For a complete description of this procurement please refer to the pre-qualification questionnaire package.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 220 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 42
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
PCR 2015 Regulation 65(3).
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Award criteria is as set out in the instructions to tenderers document. Please refer to ITT Document 3 of 4 scope of services, for detailed description of the procurement.
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 registersList and brief description of conditions:
In order for a consultant to be eligible to participate in this competition they must hold licences, accreditations or certificates with a professional construction body as set out in the procurement documents in Holy Rosary Draft ITT, Tender Package, Quality Submission (TP-QS).
III.1.2)Economic and financial standingList and brief description of selection criteria:
Economic operators are required to be registered and have verified status on Constructionline and should have the minimum category value (63 000 GBP) in at least one of the Constructionline Categories specified or have submitted a fully completed PQQ1A Constructionline Financial Addendum. In the case where the economic operator is a group of economic operators or relying on the capacity of other entities for economic and financial standing, the economic operator as ‘Lead Enterprise’ must have a verified category value no less than 25 200,00 GBP and the sum of the category values held by the members of a group of economic operators when added together must be equal to or greater than 63 000 GBP. Architecture — Architecture and Related Services — 71220000-6, Quantity Surveyor — Quantity Surveying — 71324000-5, PM Services — Construction PM Services — 71541000-2, M and E Services — M and E Engineering Services — 71315210-4, Civil Engineering — Civil Engineering — 71311000-1, Structural Engineering — Structural Engineering — 71312000-8.
Minimum level(s) of standards possibly required:
In order for an economic operator to be eligible to participate in this competition the economic operator must hold valid insurance to all the applicable values.
1) Public liability insurance with a minimum limit of indemnity of not less than 10 000 000 GBP per incident;
2) Employer’s liability insurance with a minimum limit of indemnity of not less than 10 000 000 GBP per incident compliant with applicable statutory requirements;
3) Professional indemnity insurance for all activities of a professional nature including design liability with a limit of indemnity of not less than 2 000 000 GBP for each and every claim.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The economic operator (or where the economic operator is a group of economic operators, all parties forming the group of economic operators) must provide at least 1 of the core disciplines listed in the procurement documents in Holy Rosary Draft ITT, Tender Package, Quality Submission (TP-QS).
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions: III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the 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
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 02/12/2019
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
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/03/2020
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflows
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 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 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. This project will be used to progress the Government’s wider social, economic and environmental objectives. 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 bodyOfficial name: Department of Finance, Construction and Procurement Delivery, Procurement Operations Branch
Town: Belfast
Postal code: BT3 9ED
Country: United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
This procurement is governed by the Public Contracts 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 the duty owed 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 award 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-limit to 3 months, where the court considers that there is a good reason for doing so).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:25/10/2019