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
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
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).