Tender

Appointment of a Project Manager led ICT for BRCD - the Gobbins Phase 2

  • Mid and East Antrim Borough Council

F02: Contract notice

Notice identifier: 2023/S 000-008725

Procurement identifier (OCID): ocds-h6vhtk-03b60c

Published 24 March 2023, 4:30pm



Section one: Contracting authority

one.1) Name and addresses

Mid and East Antrim Borough Council

Ardeevin, 80 Galgorm Road

Ballymena

BT42 1AB

Email

procurement@midandeastantrim.gov.uk

Telephone

+44 285660393

Country

United Kingdom

Region code

UKN0F - Mid and East Antrim

Internet address(es)

Main address

https://midandeastantrim.gov.uk/

Buyer's address

https://midandeastantrim.gov.uk

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, 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 a Project Manager led ICT for BRCD - the Gobbins Phase 2

Reference number

T415

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 Council wish to appoint an Economic Operator to provide a Project Manager led Integrated Team (ICT) for the design and delivery of "The Gobbins Phase 2"

The Gobbins Phase 2 project aims to address capacity issues, principally by introducing a looped walk that connects the coastal path to the cliff top path, meaning that visitors do not have to return along the same path.

The development will unlock the potential of The Gobbins, significantly increasing.

The proposal for the project will include the following key elements;

• Element 1 - Ingress Structure

• Element 2 - Welcome Hub

• Element 3 - Virtual Reality Digital Enhancement at the existing Visitor Centre

• Element 4 - Refurbishment of Cliff Top Path Network

• Element 5 - Visitor Servicing

The Economic Operator will be appointed under the NEC4 Professional Service Contract 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 chosen route for the procurement of the IST is a traditional route, with fully designed and specified package, prior to issuing of the construction Phase tender package. Following the procurement and appointment of the IST the Economic Operator shall undertake the management of the IST on behalf of the Employer.

two.1.5) Estimated total value

Value excluding VAT: £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)

  • 71230000 - Organisation of architectural design contests
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71324000 - Quantity surveying services
  • 71332000 - Geotechnical engineering services
  • 71541000 - Construction project management 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.

MEABC wishes to make a single appointment of an Economic Operator to provide the services of an Integrated Consultancy Team (ICT) to design, provide tender documentation and Project manager the contract through the life span of the project. The ICT should have a proven track record of successful project delivery through the provision of high-quality professional project management, architecture, cost management, engineering and other associated services necessary to successfully deliver The Gobbins Phase 2 Project. The ICT will develop the existing conceptual designs through RIBA Stages 2-7, procure and manage the necessary investigation, studies and reports, develop detailed and technical designs, engage with statutory bodies and obtaining the necessary approvals including full planning permission.

The ICT will also develop the procurement strategy for the appointment of the IST, and in turn the PQQ and ITT documentation for the IST engagement. The ICT will then administer the IST contract through the construction phase, until the end of the defects period and conclusion of the final account.

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: £750,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

72

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

Please refer to ITT and PQQ Documentation

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

MEABC will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the contract, no matter the legal form taken by those entities in order to enter into the contract.

For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the procurement documents.

The Economic Operator's performance of this contract will be regularly monitored.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open 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

7 April 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

7 April 2023

Local time

12:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Economic Operators who have not already expressed their interest in the Project Managed led ICT for The Gobbins Phase 2 can still be added to the procurement competition and respond to the Pre-Qualification Questionnaire.

Tenderers must be registered on MEABC’s e-procurement system https://e-sourcingni.bravosolution.co.uk to participate in this procurement and respond to the pre-Qualification Questionnaire.

Submissions are to be submitted online via the secure portal for e-Sourcing NI and if you have any technical questions relating to the portal, please contact the Bravo Solution Supplier Helpdesk on 0800 069 8630 (Monday to Friday 9am to 6pm). Or e-mail help@bravosolution.co.uk.

Tenderers are required to read all documentation available throughout all parts of the procurement. Within this Contract Notice MEABC has made available a Memorandum of Information document (which contains key information referred to in sections II.1.4 and II.2.4 of this Notice and further information regarding the service requirements of MEABC and the restricted procedure to be undertaken) and a draft copy of the Invitation to Tender.

Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by MEABC which will be available via the portal referred above. The Economic Operator is to be appointed under the NEC4 professional service contract (as appropriately amended).

The Gobbins Phase 2 is a focus for improving tourism in the local economy. The Economic Operator appointed will be required to address Social Value through both the ICT and IST stages for the development of the project.

For a complete description of this procurement please refer to the Pre-Qualification Questionnaire documents.

MEABC expressly reserves the right:

i. not to award any contract as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage for any reason at its absolute discretion; and

ii. to make whatever changes it may see fit to the content and structure of the tendering competition in accordance with the Public Contract Regulations 2015

and in no circumstances will MEABC be liable for any costs incurred by Economic Operators or Candidates in relation to the procurement. 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 contract indeed there is no guarantee that any contract will be put in place in relation to this notice. 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

High Court of Northern Ireland, Royal Courts of Justice

Chichester Street

Belfast

BT1 3JF

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 noncompliance 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).