Section one: Contracting authority
one.1) Name and addresses
Derry City and Strabane District Council
Council Offices, 98 Strand Road
Derry
BT48 7NN
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://etendersni.gov.uk/epps
Buyer's address
https://etendersni.gov.uk/epps
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
T22-119CAP Springhill Park Strabane Consultants PQQ Application
two.1.2) Main CPV code
- 71220000 - Architectural design services
two.1.3) Type of contract
Services
two.1.4) Short description
Derry City and Strabane District Council (The Employer) seeks to appoint an Economic Operator to provide the services of an Integrated Consultant Team (ICT) to undertake all RIBA Stage 0 to RIBA Stage 7 services, Inc. concept design, options appraisals, planning submission, statutory approvals, detailed design, IST procurement, Tender and contract administration. Whilst the ICT procurement and appointment will be intended for completion of all RIBA services stages 0 to 7, as noted earlier in 7.3.1, funding for the overall project completion has not yet been secured. Break clauses will therefore be inserted into the ICT ITT Documentation at various key project stages, such as securing planning approval, building control plan approval or tender completion, with progression to each of the next stages subject to necessary council approvals and the ability to secure the necessary project funding. In the instance funding for the construction stage of the community facility cannot be secured, completion of the ICT contract may be terminated at RIBA Stage 3/4. Working in close consultation with the Employer (DCSDC) and the Springhill Residents and Community Association (SRCA), the ICT will be required to provide a design that meets the strategic aims and objectives of DCSDC and the SRCA, and to manage (Subject to securing the necessary funding) the construction of the new community building and associated works within time, cost and quality requirements. The proposed new community facility will replace the existing, community owned, modular building which is twenty years old and in poor condition. The replacement facility will improve the experience of existing users whilst also providing the potential to bring new services and thus new users to the centre through the redevelopment of a shared and inclusive facility that supports users of all abilities, contributing to both the physical / mental health and wellbeing for young people and adults, including those with disabilities. It will also improve the physical appearance of the recreation/amenity site. Please refer to the CfT documents for further details.
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: £53,500
two.2) Description
two.2.2) Additional CPV code(s)
- 71540000 - Construction management services
- 71520000 - Construction supervision services
- 71324000 - Quantity surveying services
- 71200000 - Architectural and related services
two.2.3) Place of performance
NUTS codes
- UKN0A - Derry City and Strabane
two.2.4) Description of the procurement
Derry City and Strabane District Council (The Employer) seeks to appoint an Economic Operator to provide the services of an Integrated Consultant Team (ICT) to undertake all RIBA Stage 0 to RIBA Stage 7 services, Inc. concept design, options appraisals, planning submission, statutory approvals, detailed design, IST procurement, Tender and contract administration. Whilst the ICT procurement and appointment will be intended for completion of all RIBA services stages 0 to 7, as noted earlier in 7.3.1, funding for the overall project completion has not yet been secured. Break clauses will therefore be inserted into the ICT ITT Documentation at various key project stages, such as securing planning approval, building control plan approval or tender completion, with progression to each of the next stages subject to necessary council approvals and the ability to secure the necessary project funding. In the instance funding for the construction stage of the community facility cannot be secured, completion of the ICT contract may be terminated at RIBA Stage 3/4. Working in close consultation with the Employer (DCSDC) and the Springhill Residents and Community Association (SRCA), the ICT will be required to provide a design that meets the strategic aims and objectives of DCSDC and the SRCA, and to manage (Subject to securing the necessary funding) the construction of the new community building and associated works within time, cost and quality requirements. The proposed new community facility will replace the existing, community owned, modular building which is twenty years old and in poor condition. The replacement facility will improve the experience of existing users whilst also providing the potential to bring new services and thus new users to the centre through the redevelopment of a shared and inclusive facility that supports users of all abilities, contributing to both the physical / mental health and wellbeing for young people and adults, including those with disabilities. It will also improve the physical appearance of the recreation/amenity site. Please refer to the CfT documents for further details.
two.2.5) Award criteria
Quality criterion - Name: Design Methodology / Weighting: 22
Quality criterion - Name: Resource Organogram / Weighting: 18
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
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: 2023/S 000-000000
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
18 May 2023
five.2.2) Information about tenders
Number of tenders received: 11
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: 11
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
HALL BLACK DOUGLAS LTD
152 Albertbridge Road
BELFAST
BT5 4GS
davidblack@hallblackdouglas.co.uk
Telephone
+44 2890450681
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: £55,000
Total value of the contract/lot: £53,500
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice NI
Belfast
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Royal Courts of Justice NI
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
As per PCR2015
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice NI
Belfast
Country
United Kingdom