Contract

DE 2449401 Appointment of an Integrated Consultant Team for Holy Rosary Primary School, Belfast. SEP 2-10

  • Trustees of Holy Rosary Primary School

F03: Contract award notice

Notice identifier: 2021/S 000-009794

Procurement identifier (OCID): ocds-h6vhtk-02adb3

Published 6 May 2021, 9:44am



Section one: Contracting authority

one.1) Name and addresses

Trustees of Holy Rosary Primary School

Sunnyside Crescent

BELFAST

BT7 3DB

Contact

construct.infofinance-ni.gov.uk

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.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 2449401 Appointment of an Integrated Consultant Team for Holy Rosary Primary School, Belfast. SEP 2-10

Reference number

2449401

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 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.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £192,466

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
  • UKN - Northern Ireland
Main site or place of performance

Holy Rosary :Primary School Belfast

two.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.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Cost criterion - Name: Price / Weighting: 60

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

two.2.14) Additional information

Award criteria is as set out in the Instructions to Tenderers document. Please refer to ITT Document 3of 4 Scope of Services, for detailed description of the procurement.


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.2.1) Previous publication concerning this procedure

Notice number: 2019/S 210-513441


Section five. Award of contract

Contract No

1

Title

Contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

25 February 2021

five.2.2) Information about tenders

Number of tenders received: 15

Number of tenders received from SMEs: 1

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 1

Number of tenders received by electronic means: 15

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

THE BOYD PARTNERSHIP CHARTERED ARCHITECTS LLP

4 RIVER'S EDGE

BELFAST

BT6 8DN

Email

adriennes@boydpartnership.co.uk

Telephone

+44 02890461414

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £220,000

Total value of the contract/lot: £192,466


Section six. Complementary information

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 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.

six.4) Procedures for review

six.4.1) Review body

Department of Finance, Construction and 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. 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).