Tender

T22-043ENV Combined PQQ and ITT for the Appointment of an ICT for the Acorn Farm Project, St Columb’s Park, Derry

  • Derry City and Strabane District Council

F02: Contract notice

Notice identifier: 2022/S 000-019468

Procurement identifier (OCID): ocds-h6vhtk-0352b4

Published 15 July 2022, 4:03pm



Section one: Contracting authority

one.1) Name and addresses

Derry City and Strabane District Council

Council Offices, 98 Strand Road

Derry

BT48 7NN

Contact

tendersderrystrabane.com

Email

tenders@derrystrabane.com

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.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

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

T22-043ENV Combined PQQ and ITT for the Appointment of an ICT for the Acorn Farm Project, St Columb’s Park, Derry

two.1.2) Main CPV code

  • 71541000 - Construction project management services

two.1.3) Type of contract

Services

two.1.4) Short description

Derry City and Strabane District Council (DCSDC) has developed a Climate Change Adaptation Plan(2020) and a Climate Change Emergency Pledge (2020) outlining the Council's climate action commitments, including a shift to net zero greenhouse gas emissions across the city and district by 2045. The ambition for the Acorn Farm site including the buildings, external works and landscape is to achieve whole life net zero carbon or nearly net zero carbon. 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 4 to RIBA Stage 7 services, detailed technical design, IST procurement, Tender and Contract administration. Working in close consultation with the Employer, the ICT will be required to provide designs that meet the strategic aims and objectives of Derry City and Strabane District Council. In order to advance the delivery of this Project. It is a requirement that the ICT should consist of the following expertise; (a) A Lead Consultant, who will manage and co-ordinate the activities of their appointed ICT. The Lead Consultant shall be a chartered member of a professional construction body as appropriate for project Management/lead consultant appointments, with demonstrable experience in leading on the delivery of projects of a similar scope and complexity to the Acorn Farm project. (b) The Lead Consultant through this commission will build an ICT to effectively and efficiently deliver the project(s) requirements. The ICT members should also have working knowledge and previous experience in the design and delivery of projects of a similar scope and complexity to the Acorn Farm project. (c) of The multi-disciplinary ICT should include the following disciplines as a minimum; o Project Manager o Architect o Quantity Surveyor o Mechanical Services Engineer o Electrical Services Engineer o Structural and Civil Engineer o Landscape Architect o BREEAM Assessor o CEEQUAL Assessor o Passive House Designer o Principal Designer o NEC Supervisor The ICT will be appointed under the NEC4 Professional Service Contract Option A based on the scope of services, subject to funding, which is detailed in the Invitation to Tender documents. Derry City and Strabane District Council will be the commissioning authority and Employer for all stages of this project and are the only party with authority to issue instructions to applicants. The scope of services includes: • initial review of the Planning approval and Building Control approved designs • Completion of Stage 4: Technical Design • Preparation of all documentation, specifications, bills of quantity and drawings for a traditionally procured contract • Oversee the procurement process for the Integrated Consultant Team • Preparation of Contract Documentation • Contract Administration Please refer to CfT documents For further detail

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)

  • 71520000 - Construction supervision services
  • 71220000 - Architectural design services
  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71334000 - Mechanical and electrical engineering services
  • 71324000 - Quantity surveying services
  • 71244000 - Calculation of costs, monitoring of costs
  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services
  • 71420000 - Landscape architectural 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 (DCSDC) has developed a Climate Change Adaptation Plan(2020) and a Climate Change Emergency Pledge (2020) outlining the Council's climate action commitments, including a shift to net zero greenhouse gas emissions across the city and district by 2045. The ambition for the Acorn Farm site including the buildings, external works and landscape is to achieve whole life net zero carbon or nearly net zero carbon. 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 4 to RIBA Stage 7 services, detailed technical design, IST procurement, Tender and Contract administration. Working in close consultation with the Employer, the ICT will be required to provide designs that meet the strategic aims and objectives of Derry City and Strabane District Council. In order to advance the delivery of this Project. It is a requirement that the ICT should consist of the following expertise; (a) A Lead Consultant, who will manage and co-ordinate the activities of their appointed ICT. The Lead Consultant shall be a chartered member of a professional construction body as appropriate for project Management/lead consultant appointments, with demonstrable experience in leading on the delivery of projects of a similar scope and complexity to the Acorn Farm project. (b) The Lead Consultant through this commission will build an ICT to effectively and efficiently deliver the project(s) requirements. The ICT members should also have working knowledge and previous experience in the design and delivery of projects of a similar scope and complexity to the Acorn Farm project. (c) of The multi-disciplinary ICT should include the following disciplines as a minimum; o Project Manager o Architect o Quantity Surveyor o Mechanical Services Engineer o Electrical Services Engineer o Structural and Civil Engineer o Landscape Architect o BREEAM Assessor o CEEQUAL Assessor o Passive House Designer o Principal Designer o NEC Supervisor The ICT will be appointed under the NEC4 Professional Service Contract Option A based on the scope of services, subject to funding, which is detailed in the Invitation to Tender documents. Derry City and Strabane District Council will be the commissioning authority and Employer for all stages of this project and are the only party with authority to issue instructions to applicants. The scope of services includes: • initial review of the Planning approval and Building Control approved designs • Completion of Stage 4: Technical Design • Preparation of all documentation, specifications, bills of quantity and drawings for a traditionally procured contract • Oversee the procurement process for the Integrated Consultant Team • Preparation of Contract Documentation • Contract Administration Please refer to CfT documents For further detail

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: £350,000

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

Duration in months

24

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

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

Open 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

26 August 2022

Local time

12:00pm

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: 22 February 2023

four.2.7) Conditions for opening of tenders

Date

26 August 2022

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

The High Courts of Justice N

Belfast

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

The High Courts of Justice N

Belfast

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In Line with PCR2015

six.4.4) Service from which information about the review procedure may be obtained

The High Courts of Justice N

Belfast

Country

United Kingdom