Contract

T22-119CAP Springhill Park Strabane Consultants PQQ Application

  • Derry City and Strabane District Council

F03: Contract award notice

Notice identifier: 2023/S 000-014213

Procurement identifier (OCID): ocds-h6vhtk-03cd8a

Published 18 May 2023, 3:04pm



Section one: Contracting authority

one.1) Name and addresses

Derry City and Strabane District Council

Council Offices, 98 Strand Road

Derry

BT48 7NN

Email

tenders@derrystrabane.com

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

Email

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