Tender

DAERA 3803070 - Loughry And Greenmount Campus Redevlopments

  • College of Agriculture Food and Rural Enterprise CAFRE

F02: Contract notice

Notice identifier: 2021/S 000-024918

Procurement identifier (OCID): ocds-h6vhtk-02e8c4

Published 6 October 2021, 2:55pm



Section one: Contracting authority

one.1) Name and addresses

College of Agriculture Food and Rural Enterprise CAFRE

45 Tirgracy Road

Antrim

BT41 4PS

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.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

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DAERA 3803070 - Loughry And Greenmount Campus Redevlopments

two.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

two.1.3) Type of contract

Services

two.1.4) Short description

The objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer’s Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.

two.1.5) Estimated total value

Value excluding VAT: £4,300,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

two.2) Description

two.2.1) Title

Loughry Campus Redevelopment

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Cookstown

two.2.4) Description of the procurement

The objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer’s Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.

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: £2,400,000

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

Duration in months

75

This contract is subject to renewal

Yes

Description of renewals

N/A

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Greenmount Campus Redevelopment

Lot No

2

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Antrim

two.2.4) Description of the procurement

The objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer’s Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.

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: £1,900,000

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

Duration in months

73

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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.1.1) 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

List and brief description of selection criteria

Refer to PQQ documentation

Minimum level(s) of standards possibly required

Refer to PQQ documentation

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Economic Operators’ performance on this Contract will be regularly monitored. As.. part of its contract management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance.. contained in Procurement Guidance Note PGN 01/12 – Contract Management Principles and Procedures. https://www.financeni.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 Contracting 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/. listpublicbodies-.. 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: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

4 November 2021

Local time

3:00pm

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: 4 March 2022


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

CPD, in its capacity as a Central Purchasing Body, is administering this procurement on behalf of the Contracting Authority. The Contracting Authority expressly reserves the right: . (i) to award one, some, all or no lots; . (ii) not to award any contract/Framework Agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and . (iii) to make whatever changes it may see fit to the content and structure of the tendering competition . and in no circumstances will the Authority be liable for any costs incurred by economic operators or candidates. 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. This project will be used to progress the Government’s wider social, economic and environmental objectives. . No business whatsoever is guaranteed under any resulting Framework Agreement or contract indeed there is no guarantee that any Framework Agreement or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or Framework Agreement 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

Clare House, 303 Airport Road

Belfast

BT3 9ED

Email

construct.info@finance-ni.gov.uk

Telephone

+44 2890816555

Country

United Kingdom

Internet address

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 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)..