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
construct.info@finance-ni.gov.uk
Telephone
+44 2890816555
Country
United Kingdom
Region 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
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.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £4,389,085
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
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
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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
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
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
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
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 000-024918
Section five. Award of contract
Contract No
1
Lot No
1
Title
Loughry Campus Redevelopment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 August 2022
five.2.2) Information about tenders
Number of tenders received: 15
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: 15
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hood Mcgowan Kirk Partnership
MD House, 56 Newforge Lane
BELFAST
BT9 5NW
Telephone
+44 2890667932
Fax
+44 2890665810
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: £4,300,000
Total value of the contract/lot: £2,341,460
Section five. Award of contract
Contract No
2
Lot No
2
Title
Greenmount Campus Redevelopment
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
10 August 2022
five.2.2) Information about tenders
Number of tenders received: 15
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: 15
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Hamilton Architects LLP
3 Joy Street
Belfast
BT2 8LE
michelle.canning@hamiltonarchitects.co.uk
Telephone
+44 2890334252
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: £3,700,000
Total value of the contract/lot: £2,047,625
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Department of Finance
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 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..