Contract

DE 3332827 APPOINTMENT OF AN ECONOMIC OPERATOR TEAM (EOT) FOR BLESSED TRINITY COLLEGE, BELFAST

  • Blessed Trinity College Board of Governors

F03: Contract award notice

Notice identifier: 2022/S 000-011595

Procurement identifier (OCID): ocds-h6vhtk-028bf9

Published 5 May 2022, 9:04am



Section one: Contracting authority

one.1) Name and addresses

Blessed Trinity College Board of Governors

619 Antrim Road, Belfast

BELFAST

BT15 4DZ

Contact

construct.info

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 3332827 APPOINTMENT OF AN ECONOMIC OPERATOR TEAM (EOT) FOR BLESSED TRINITY COLLEGE, BELFAST

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 objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer’s Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team’s procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.

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: £1,750,000

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
  • UKN0 - Northern Ireland

two.2.4) Description of the procurement

The objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer’s Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team’s procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.

two.2.5) Award criteria

Quality criterion - Name: QUALITY / Weighting: 70

Price - Weighting: 30

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 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: 2021/S 000-001187


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

15 March 2022

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 0

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: 10

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

five.2.3) Name and address of the contractor

Hood Mcgowan Kirk Partnership

MD House, 56 Newforge Lane

BELFAST

BT9 5NW

Email

ciara.maitland@hmkni.com

Telephone

+44 2890667932

Country

United Kingdom

NUTS code
  • UK - United Kingdom
Internet address

https://etendersni.gov.uk/epps

The contractor is an SME

No

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

Initial estimated total value of the contract/lot: £1,750,000

Total value of the contract/lot: £1,226,700


Section six. Complementary information

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

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)