Tender

DFE 3597895 - SRC Newry East New Build - ICT appointment ITT

  • Southern Regional College

F02: Contract notice

Notice identifier: 2021/S 000-013875

Procurement identifier (OCID): ocds-h6vhtk-02bda6

Published 18 June 2021, 1:55pm



Section one: Contracting authority

one.1) Name and addresses

Southern Regional College

West Campus, Patrick Street, Co. Down

Newry

BT34 4BH

Contact

Procurement Operations Branch

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

NUTS code

UKN08 - Newry, Mourne and Down

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

Tenders or requests to participate must be submitted to the above-mentioned address

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

DFE 3597895 - SRC Newry East New Build - ICT appointment ITT

two.1.2) Main CPV code

  • 71540000 - Construction management services

two.1.3) Type of contract

Services

two.1.4) Short description

SRC wishes to make a single appointment of an Economic Operator to provide the services of an Integrated Consultancy Team (ICT) with 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 SRC Newry East Project. The ICT will develop an exemplar design to RIBA Plan of Work 2020 Stage 3, undertake a full Environmental Impact Assessment including but not limited to a Traffic Impact Assessment, a Flooding and Drainage Impact Assessment and any other requirements associated with successfully acquiring formal Planning Permission. Under the supervision of SRC, the ICT will manage the procurement of an Integrated Supply Team (IST) for the new campus and administer the IST contract until the end of the defects period and conclusion of the final account.

two.1.5) Estimated total value

Value excluding VAT: £350,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 71220000 - Architectural design services
  • 71324000 - Quantity surveying services
  • 71230000 - Organisation of architectural design contests

two.2.3) Place of performance

NUTS codes
  • UKN08 - Newry, Mourne and Down
Main site or place of performance

SOUTHERN REGIONAL COLLEGE. NEWRY .

two.2.4) Description of the procurement

SRC wishes to make a single appointment of an Economic Operator to provide the services of an Integrated Consultancy Team (ICT) with 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 SRC Newry East Project. The ICT will develop an exemplar design to RIBA Plan of Work 2020 Stage 3, undertake a full Environmental Impact Assessment including but not limited to a Traffic Impact Assessment, a Flooding and Drainage Impact Assessment and any other requirements associated with successfully acquiring formal Planning Permission. Under the supervision of SRC, the ICT will manage the procurement of an Integrated Supply Team (IST) for the new campus and administer the IST contract 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: £4,500,000

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

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Minimum level(s) of standards possibly required

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/. list-publicbodies-. which-ni-public-procurement-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.1.8) 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

30 July 2021

Local time

3:00pm

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: 27 November 2021


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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 Southern Regional College.. . The Contracting Authority expressly reserves the right:. . i. 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. ii. 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 contract indeed there is no guarantee that any contract will be put in place in relation to this notice. No compensation etc will be paid if a contract 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

Clare House, 303 Airport Road

Belfast

BT3 9ED

Email

construct.info@finance-ni.gov.uk

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)..