Section one: Contracting authority
one.1) Name and addresses
Blessed Trinity College Board of Governors
619 Antrim Road, Belfast
BELFAST
BT15 4DZ
Contact
construct.info
Construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
NUTS code
UK - UNITED KINGDOM
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3332827
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3332827
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/cft/prepareViewCfTWS.do?resourceId=3332827
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
DE 3332827 APPOINTMENT OF AN ECONOMIC OPERATOR TEAM (EOT) FOR BLESSED TRINITY COLLEGE, BELFAST
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.1.4) Short description
The objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer’s Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team’s procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.
two.1.5) Estimated total value
Value excluding VAT: £1,750,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71000000 - Architectural, construction, engineering and inspection services
two.2.3) Place of performance
NUTS codes
- UKN0 - Northern Ireland
Main site or place of performance
Blessed Trinity College, 619 Antrim Road, Belfast
two.2.4) Description of the procurement
The objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer’s Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team’s procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £1,750,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
66
This contract is subject to renewal
No
two.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:
In accordance with Regulation 65(3) of the Public Contract Regulation 2015, 5 candidates will be invited. This offers adequate competition to ensure that the Employer is assured value for money and that there is sufficient opportunity offered to tenders. However, this limit also protects the industry from wasting valuable resources which are required to prepare a tender submission.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 PQQ Documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.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 (NIPP), for a minimum period of 12 months or 3 years respectively. . . A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: . https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
26 February 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 26 June 2021
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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. 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. .
six.4) Procedures for review
six.4.1) Review body
Department of Finance, Construction Procurement Delivery, Procurement Operations Branch
Clare House, 303 Airport Road West
Belfast
BT3 9ED
Country
United Kingdom
six.4.3) Review procedure
Precise 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 stated 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 risen. (A court may extend the time limit to 3 months, where the court considers that there is good reason for doing so).. .