Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
I.4)Type of the contracting authority
Other type: voluntary
I.5)Main activity
Recreation, culture and religion
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
St Mary's Youth Club — integrated consultants team.
Reference number: VYC/37
II.1.2)Main CPV code
71540000
II.1.3)Type of contract
Services
II.1.4)Short description:
St May's Youth Club wishes to make a single appointment of an Economic Operator to provide professional services of a Project Management led Integrated Consultancy Team (ICT) for the proposed Youth Centre to include, architecture, cost management, engineering and other associated construction professionals in related disciplines. The structure of the Consultant Team is described in MOI Part B Section 7.5.
The ICT Scope of Service will include exemplar designs for St Mary's Youth Centre which will have been developed to clearly articulate the Project Brief. The ICT will be required to review the current exemplar designs and provide both innovation in terms of design and address comments from key user groups and the Project Board. The ICT will then be required to progress the exemplar designs to RIBA 2013 Stage 3, produce comprehensive Employer's Requirements (ER's), full procurement management, provide technical advice and a compliance monitoring role throughout the administration of t.
II.1.5)Estimated total value
Value excluding VAT: 165 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
71541000
71540000
71220000
II.2.3)Place of performance
NUTS code: UKN05
Main site or place of performance:
St Mary's Youth Club, Fanad Drive, Derry BT48 9QE.
II.2.4)Description of the procurement:
For a complete description of this procurement please refer to the Pre-Qualification Questionnaire Package, MOI Part B.
II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 165 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 30
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
For a complete description of this procurement please refer to the Pre-Qualification Questionnaire Package, MOI Part B.
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
The contract duration identified in Section II.2.7 is indicative only. Please refer to the draft contract for further information. The value of the contract identified in Section II.2.6 is an estimate only.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Requirements to be met by the Economic Operator Team relating to suitability to pursue the professional activity are identified in MoI Part B Section 7.11.
III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.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:
The Economic Operator Team must be made up of the following disciplines: Project Manager, Architect, Civil & Structural Engineer, Quantity Surveyor, Building Services Engineer. Please refer to the procurement documents for further information.
III.2.2)Contract performance conditions:
Contract performance is subject to the conditions set out in the procurement documents, including, but not limited to: Compliance with the Government's ‘Achieving Excellence in Construction’ initiative, ‘Code of Practice for Government Construction Clients and their Supply Chains’, Policy for Architecture and the Built Environment for Northern Ireland, the Programme for Government commitment regarding social clauses, the Building Information Modelling Policy, environmental management systems. Please refer to the procurement documents for further information.
The economic operator's performance on this contract will be regularly monitored.
III.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 IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 19/05/2017
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 30/06/2017
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.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)
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
VI.3)Additional information:
The Authority expressly reserves the rights:
(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;
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
(iii) to award (a) contract(s) in respect of any part(s) of the Works covered by this notice; and
(iv) to award contract(s) in stages.
and in no circumstances will the Authority be liable for any costs, charges or expenses incurred by 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 risk of the company 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.
This project is dependent on the availability of grant funding from the Department of Education NI.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.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.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
07/04/2017