Section one: Contracting authority
one.1) Name and addresses
Ballyclare Rugby Football Club
The Cloughan, Doagh Road
BALLYCLARE
BT399JD
Contact
Richard Lutton
Telephone
+44 07894920026
Country
United Kingdom
NUTS code
UKN - Northern Ireland
Internet address(es)
Main address
https://etendersni.gov.uk/epps/home.do
Buyer's address
https://www.ballyclarerfc.co.uk/
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/home.do
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/home.do
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/home.do
one.4) Type of the contracting authority
Other type
Registered Sporting Facility
one.5) Main activity
Other activity
Amateur Sport & Recreation
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Ballyclare RFC Multi Facility Fund Project
two.1.2) Main CPV code
- 71420000 - Landscape architectural services
two.1.3) Type of contract
Services
two.1.4) Short description
The creation of a multi-facility sports hub at The Cloughan, Doagh Road, Ballyclare. This includes: the construction of a 3G multi-sports pitch with perimeter fence and floodlights; construction of an artificial hockey pitch (on an existing gravel surface) with perimeter fence and floodlight refurbishment; the upgrade of the existing cricket square, outfield, and associated equipment (covers, sightscreens etc) and the improvement of grass rugby pitches including drainage and floodlighting. In addition, all landscaping, infrastructure, planning, and design works associated with the above works must be included in the scope of work. The works are expected to be completed in a phased manner, so the management of construction within an active sports hub is vital.
two.1.5) Estimated total value
Value excluding VAT: £230,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71311000 - Civil engineering consultancy services
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
For a complete description of this procurement please refer to the Pre-Qualification Questionnaire Package
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: £230,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
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
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
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.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
Refer to procurement documents for further information
three.2.2) Contract performance conditions
The Economic Operators' performance on this contract will be regularly monitored. As part of its contact management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in the Procurement Guidance Note PGN 01/12 - Contract Management Principles and Procedures: https://www.finance-ni.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 Contarcting 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-public-bodies-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: No
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 September 2021
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
22 October 2021
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
Duration in months: 4 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
The Contracting Authority expressly reserves the right:
i. not to award any contract 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
iii. to award a contract in respect of any part(s) of the Works covered by this notice; and
iv. to award contract in stages.
In no circumstances will the Authority be liable for any costs, charges or expenses incurred by Economic Operators or candidates irrespective of the outcome of the procurement process or if the procurement process is cancelled or postponed. 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.
Economic operators should be aware that up to the point the contract becomes unconditional, all costs, charges and expenses are the economic operator's and the contracting authority will not reimburse any costs incurred prior to this stage. All discussions and correspondence shall be deemed strictly subject to contract until the contract is entered into.
No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice. No compensation 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, Construction & Procurement Delivery, Procurement Operations Branch
Department of Finance, Construction & Procurement Delivery, Procurement Operations Branch, Clare House, 303 Airport Road West
Belfast
BT3 9ED
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Internet address
https://www.finance-ni.gov.uk/contact
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
This procurement is governed by the Public Contracts Regulations 2015 which 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.