Section one: Contracting authority
one.1) Name and addresses
University of Ulster
Block X Room X031, Cromore Road
Coleraine
BT52 1SA
Telephone
+44 2870123013
Country
United Kingdom
Region code
UKN - Northern Ireland
National registration number
NIC100166
Internet address(es)
Main address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Project Management and Design Assurance Consultancy Services for FASTER Project NI
Reference number
project_27677
two.1.2) Main CPV code
- 71322500 - Engineering-design services for traffic installations
two.1.3) Type of contract
Services
two.1.4) Short description
Project Management and Design Assurance Consultancy Services for FASTER Project NI.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £104,730
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
Main site or place of performance
Design Assurance and Project Management at the sites across Northern Ireland and outlined in Procurement Documents.
two.2.4) Description of the procurement
The FASTER Project has been awarded funding for the Project’s costs from the European Union’s INTERREG VA Programme, managed by the Special EU Programmes Body (SEUPB).
The partnership will implement the physical rollout of 73 rapid charging stations in the programme area. The Project aims to ensure that the availability of charging stations is not a major obstacle to Electric Vehicle (EV) market penetration with the proposal to carry out the design, analysis, procurement, installation, and operation of 73 Rapid Chargers across the three programme jurisdictions. There must be cross compatibility between the three jurisdictions which may be achieved using contactless card payments or other methods.
The FASTER Project is led by East Border Region Ltd. There are a total of seven project partners and 14 associate partners from across the three jurisdictions.
The following Project Partners will be directly involved in the planning and delivery of the overall Project:
1. East Border Region Ltd (EBR) (Lead partner)
2. Louth County Council (Procurement lead in R.O.I)
3. Dundalk Institute of Technology (DKIT)
4. Ulster University (Procurement lead in N.I.)
5. South West College
6. Highlands & Islands Transport Partnership (HiTRANS) (Procurement lead in Western Scotland)
7. University of Strathclyde
Other Associate Partners essential to the delivery of the overall project are:
1. Monaghan County Council
2. Cavan County Council
3. Leitrim County Council
4. Sligo County Council
5. Donegal County Council
6. Meath County Council
7. Sustainable Authority of Ireland (SEAI)
8. IT Sligo
10. Ards and North Down Borough Council
11. Newry Mourne and Down District Council
12. Mid-Ulster Council
13. Fermanagh and Omagh Council
14. Derry and Strabane Council
15. Belfast City Council
16. Mid Ulster Council
The University, as the Client for the design and build phase of the Project, is seeking a suitably qualified and experienced Economic Operator to design, construct and install up to 24, 50 kW rapid chargers (or equivalent output) for public use before handing over to the Councils, as the Clients on the operational phase. Ulster University is the Client for the Project Manager and Design Assurance contract (This Contract). For the Design, Build Operate contract being overseen, Ulster University and the Councils are the Client. Ulster University for the Design and Build Component until works completion and the Councils for the Operational phase. At Works Completion, each Local Council will then assume the role of the Client for the EV Charge points within their own jurisdiction. The programme from this contract must break the sites into batches and ensure that the DBO Contractor installs a Sub-meter at each site and the sites are left commissioned and fully functional before moving to the next series of installations. The operational phase must also be agreed with each individual Council.
two.2.5) Award criteria
Quality criterion - Name: Social Value / Weighting: 10%
Quality criterion - Name: Management of DBO Contractor / Weighting: 20%
Quality criterion - Name: Management of the Provision of Project Management Services / Weighting: 15%
Quality criterion - Name: Design Assurance / Weighting: 15%
Price - Weighting: 40% Price
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: Yes
Identification of the project
Faster Project: A project supported by the European Union's INTERREG VA Programme, managed by the special EU Programmes Body (SEUPB)
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-019282
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 August 2023
five.2.2) Information about tenders
Number of tenders received: 1
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Stephen Clarke Consulting Ltd
Osprey House, 26 Church Road
Hollywood
BT18 9BU
Country
United Kingdom
NUTS code
- UKN - Northern Ireland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £104,730
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
High Court of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The University incorporated a minimum 10 calendar days standstill period at the point information on award of the contract was communicated to all tenderers. The standstill period provided time for unsuccessful tenderers to challenge the award decision before the contract was entered into. The Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).