Opportunity

SUC3486420 - Stranmillis University College Integrated Consultant Team Framework 2021

  • Stranmillis University College

F02: Contract notice

Notice reference: 2021/S 000-006929

Published 2 April 2021, 2:40pm



Section one: Contracting authority

one.1) Name and addresses

Stranmillis University College

Stranmillis Road

BELFAST

BT9 5DY

Contact

CPD Procurement Operations Branch

Email

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

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

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

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

SUC3486420 - Stranmillis University College Integrated Consultant Team Framework 2021

two.1.2) Main CPV code

  • 71541000 - Construction project management services

two.1.3) Type of contract

Services

two.1.4) Short description

Stranmillis University College wishes to procure the services of suitably qualified and experienced consultants to establish a single-supplier, multi-discipline, Integrated Consultant Team (ICT) framework that they may require to assist in delivering a wide range of construction related works projects. The framework may be used as a comprehensive “one stop” consultancy solution or as a schedule of specialist elements which can be called off in isolation or any bespoke combination according to the University College’s need. The services to be provided are intended to give the University College access to Design, Procurement and Project Management Services capacity capable of taking projects through the full RIBA Work Plan Stages 0-7. The appointed ICT will be responsible for providing the technical and specialist services required to deliver specific projects and ensuring delivery of the required outputs.

two.1.5) Estimated total value

Value excluding VAT: £600,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71520000 - Construction supervision services
  • 71220000 - Architectural design services

two.2.3) Place of performance

NUTS codes
  • UKN0 - Northern Ireland
Main site or place of performance

Stranmillis College

two.2.4) Description of the procurement

Stranmillis University College wishes to procure the services of suitably qualified and experienced consultants to establish a single-supplier, multi-discipline, Integrated Consultant Team (ICT) framework that they may require to assist in delivering a wide range of construction related works projects. The framework may be used as a comprehensive “one stop” consultancy solution or as a schedule of specialist elements which can be called off in isolation or any bespoke combination according to the University College’s need. The services to be provided are intended to give the University College access to Design, Procurement and Project Management Services capacity capable of taking projects through the full RIBA Work Plan Stages 0-7. The appointed ICT will be responsible for providing the technical and specialist services required to deliver specific projects and ensuring delivery of the required outputs.

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: £600,000

two.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

Initial Contract Period is for 2 years. Contract may be extended for a further 2 periods of 1 year, up to a maximum of 4 years.

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:

As described in he pre-qualification documents

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contract shall be for an initial 2 year period with the option for two one year extensions at the Employer's discretion.

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Refer to PQQ documentation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Refer to PQQ documentation

three.1.3) Technical and professional ability

List and brief description of selection criteria

Refer to PQQ documentation

Minimum level(s) of standards possibly required

Refer to PQQ documentation

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.financeni.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/listpublicbodies-whichnipublicprocurement-policy-applies.

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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

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

7 May 2021

Local time

3:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

21 May 2021

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: 7 September 2021


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.3) Additional information

CPD, in its capacity as a central purchasing body, is managing this procurement procedure on behalf of the contracting authority which. is The Department of Environment and Rural Affairs.. . 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..

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

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

https://www.finance-ni.gov.uk/contact

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

CPD will incorporate a minimum 10 calendar day Standstill Period following. electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award. decision.