Contract

DFE 3597895 - SRC Newry East New Build - ICT appointment

  • CPD - Construction Division

F03: Contract award notice

Notice identifier: 2022/S 000-016781

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

Published 20 June 2022, 11:45am



Section one: Contracting authority

one.1) Name and addresses

CPD - Construction Division

303 Airport Road West

BELFAST

BT3 9ED

Contact

construct.infofinance-ni.gov.uk

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

DFE 3597895 - SRC Newry East New Build - ICT appointment

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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £490,120

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

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 000-013875


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

13 June 2022

five.2.2) Information about tenders

Number of tenders received: 12

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: 12

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

five.2.3) Name and address of the contractor

MCADAM DESIGN LTD

Unit 1c Castlereagh Business Park

BELFAST

BT5 6BQ

Email

jkirk@mcadamdesign.co.uk

Telephone

+44 2890402000

Fax

+44 2890794144

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: £350,000

Total value of the contract/lot: £490,120


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

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).