Opportunity

Ballyclare RFC Multi Facility Fund Project

  • Ballyclare Rugby Football Club

F02: Contract notice

Notice reference: 2021/S 000-021252

Published 27 August 2021, 10:50am



Section one: Contracting authority

one.1) Name and addresses

Ballyclare Rugby Football Club

The Cloughan, Doagh Road

BALLYCLARE

BT399JD

Contact

Richard Lutton

Email

BallyclareRFCTender@Gmail.com

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

Email

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.