Section one: Contracting authority
one.1) Name and addresses
Mid and East Antrim Borough Council
Ardeevin, 80 Galmorgan Road
Ballymena
BT42 1AB
procurement@midandeastantrim.gov.uk
Country
United Kingdom
Region code
UKN0F - Mid and East Antrim
Internet address(es)
Main address
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://e-sourcingni.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://e-sourcingni.bravosolution.co.uk/
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Appointment of Project Manager led Integrated Consultant Team for the I4C Innovation Centre
Reference number
T421
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
Mid and East Antrim Borough Council (MEABC) wish to appoint an Economic Operator to provide a Project Manager led Integrated Consultant Team (ICT) in relation to the design and delivery of the i4C Innovation and Cleantech Centre at the St Patrick's Barracks regeneration site in Ballymena. The St Patrick's Barracks site is one of four former military sites transferred to the NI Executive as part of the (2010) Hillsborough Agreement. The Northern Ireland Government Department for Communities (DfC) now owns the site and is leading on a programme of development to transform this area of Ballymena. MEABC is working with a number of key strategic partners to deliver the St Patrick's Barracks Regeneration Project (including development and operation of the i4C Innovation and Cleantech Centre). These include Radius Housing, Northern Regional College, Police Service of Northern Ireland as well as the Northern Ireland Government Departments for Infrastructure (DfI), for Communities (DfC) and the Construction Procurement and Delivery (CPD) section of the Department of Finance (DoF). The Economic Operator will be required to work with the key strategic partners.
The proposed i4C Centre is a new 7,000 m2 building that will form a physical hub to support future innovation activity in Mid and East Antrim and future clean technology needs across Northern Ireland (NI). The Economic Operator will be appointed under the NEC4 Professional Service Contract (as appropriately amended) and shall provide the professional services applicable to RIBA Plan of Work (2020) Stages 2 to 7 and as specified in the PQQ and ITT documents. The new building is to have a BREEAM Excellent rating.
A Design and Build procurement route has been selected for the delivery of the i4C Centre. The ICT shall develop the design of the centre through RIBA Plan of Work (2020) Stages 2 and 3. MEABC (with support of the ICT) shall subsequently procure (via a competitive procurement procedure) an Integrated Supplier Team (IST) to complete the design and delivery the i4C Centre throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7.
Following the procurement and appointment of the IST, the Economic Operator shall undertake the management of the IST on behalf of MEABC and continue to advise MEABC as required in relation to the delivery of the i4C centre.
MEABC also wish to develop a Civic Events Space adjacent to the i4C Centre. It is expected that MEABC will have achieved planning permission for the Civic Events Space by the time this ICT appointment has been made. The PM led ICT from this appointment may also be asked to develop the design of the Civic Events Space and include it within the IST Works Information for delivery along with the i4C Innovation and Cleantech Centre.
The term of contract for engagement of the Project Manager led ICT is anticipated to begin in July 2023 and end on expiry of the defects period set out in the IST construction contract (which MEABC currently intend to expire in August 2028).
The construction period is anticipated to take 18 months (currently intended to commence in February 2026). The construction period and date of commencement are subject to change and may vary upon completion of the design phase.
The design of the i4C Centre will have a focus on sustainability. The new building is to have a BREEAM Excellent rating and the ICT will also be required to undertake and report on Net Zero Carbon feasibility.
The i4C Centre is a focus for social regeneration. The Economic Operator appointed will be required to address Social Value through both the ICT and IST stages for the development of the i4C Centre.
For a complete description of this procurement please refer to the Pre-Qualification Questionnaire documents.
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
- UKN0F - Mid and East Antrim
two.2.4) Description of the procurement
MEABC is using the Restricted procedure for the procurement of an Economic Operator pursuant to Regulation 28 of the Public Contract Regulations 2015.
Please refer to section II.1.4 for further details.
Appointment of Project Manager led Integrated Consultancy Team.
The Economic Operator will provide a combination of project management; architectural; quantity surveying; civil and structural engineering; building; mechanical, electrical and plumbing engineering; landscape architecture; CDM advice; planning; environmental engineering services. The consultancy services may be delivered with services from one, some or all the following disciplines/discipline groups, and other building construction consultancy related groups that may include, but are not limited to:
- Project Management,
-Architectural Design,
-Design Consultancy,
-Construction Consultancy,
-Building Consultancy,
- Civil and Structural Engineering,
- Mechanical, Electrical and Plumbing Engineering,
-Quantity Surveying,
-Planning,
-Environmental Engineering,
-Clerk of Works,
-CDM Advice,
-Landscape Architecture,
-Archaeology,
-any other consultancy services that may improve the quality, cost or efficiency to a design, construction activity, building or adjacent ground.
Architecture, construction, engineering and inspection services:
A range of architecture, construction, engineering and inspection services for a new building and its adjacent grounds, excluding conservational architectural services. The services required may include, but are not limited to:
- leading and managing project teams;
- stakeholder management;
- communication, information and management protocols;
- quality management;
- audits, including quality audits;
- resource advice, administration and management;
- cost, programme, critical path, risk, quality and change management;
- project outcomes, support, management and documentation;
- design, analysis, feasibility;
- integration and flow of design information;
- planning, development and scheduling;
- business case development;
- Principal Designer;
- Building Information Modelling (BIM);
- BIM management;
- Environmental aspects such as vibration, light, acoustic, water quality, air quality, habitat, vegetation, rot, damp, contamination, embodied carbon;
- cost consulting, analysis, measuring and project budget;
- value engineering, value surveying, value management;
- valuations, measurement and remeasurement, benchmarking, billing;
- construction and maintenance advice, energy efficiency advice, general project advice and support;
- appraisals, reports, recommendations;
- surveys, investigations, studies and strategies;
- inspection and assessment;
- interpretation and reporting;
- testing, certification;
- briefing on CDM obligations;
- Principal Designer and designer audits;
- health and safety document management;
- preparing and submitting notifications of construction projects to HSE;
- site safety inspections and audits;
- producing or reviewing construction plans;
- assisting method statement and risk assessment productions;
- assisting risk assessments and method statements reviews;
- reviewing contractor operations and maintenance manuals;
- site and works supervision;
- quality checks, material passport management, monitoring and reporting, record keeping;
- supporting planning applications;
- principal development of planning documents;
- asset planning advice, asset feasibility study, asset development work;
- options appraisals, project evaluation, impact assessments;
- public procurement, contract tendering, scope and specification development, contract administration;
- assisting the NEC 4 Service Manager;
- post contract support;
- assistance at public local inquiry; and
- supplement MEABC resource.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
No
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
In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, suppliers will be assessed in accordance with the Public Regulations 2015, on the basis of the information provided in response to the Pre-Qualification Questionnaire (which sets out the conditions for participation)
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
14 April 2023
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
Mid and East Antrim
Ballymena
Country
United Kingdom