A Client Side Support Team for Coleraine Borough Council
Coleraine Borough Council wishes to appoint a single suitably qualified and experienced multi-disciplinary Consultant.
United Kingdom-Coleraine: Project and design preparation, estimation of costs
2013/S 179-309256
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Coleraine Borough Council
Cloonavin, 66 Portstewart Road, Co. Londonderry
Contact point(s): Town Clerk & Chief Executive
For the attention of: Roger Wilson
BT52 1EY Coleraine
UNITED KINGDOM
Telephone: +44 2870347034
Fax: +44 2870347026
Internet address(es):
General address of the contracting authority: www.colerainebc.gov.uk
Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA1263
Further information can be obtained from: Coleraine Borough Council
Cloonavin, 66 Portstewart Road
Contact point(s): Leisure and Development Services
For the attention of: Mr Richard Baker
BT52 1EY Coleraine
UNITED KINGDOM
Telephone: +44 2870347034
E-mail: richard.baker@colerainebc.gov.uk
Internet address: www.colerainebc.gov.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Coleraine Borough Council
Cloonavin, 66 Portstewart Road
Contact point(s): DSU
For the attention of: Tracy Hegarty
BT52 1EY Coleraine
UNITED KINGDOM
Telephone: +44 2870347040
E-mail: ojeu@colerainebc.gov.uk
Fax: +44 2870347026
Internet address: www.colerainebc.gov.uk/tenders
Tenders or requests to participate must be sent to: Coleraine Borough Council
Cloonavin
For the attention of: Tracy Hegarty
BT52 1EY Coleraine
UNITED KINGDOM
Telephone: +44 2870347040
E-mail: ojeu@colerainebc.gov.uk
I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
A Client Side Support Team for Coleraine Borough Council for a Sports Village Leisure Development.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Coleraine, Co. Londonderry, Northern Ireland.
NUTS code UKN04
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Coleraine Borough Council wishes to appoint a single suitably qualified and experienced multi-disciplinary Consultant. The Consultant will become the ‘Client Side Support Team’ (CSST) and act as financial, technical and legal advisors to support the Sports Village Project Team as necessary in the development of a modern, high quality, multi sports and leisure facility.
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at
http://www.myTenders.org/Search/Search_Switch.aspx?ID=106585
II.1.6)Common procurement vocabulary (CPV)
71242000, 72221000, 79400000, 79110000, 79412000, 92620000, 79418000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
Duration in months: 18 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
Minimum level(s) of standards possibly required:
The Tenderer’s Team must have recent and relevant experience in:
a. The design and development of procurement processes that aim to secure potential leisure management contracts, following a ‘competitive dialogue’ process.
b. The production of outline business cases;
c. The development of leisure capital projects using private sector finance models and in delivering major leisure projects to a value of at least GBP 20 m.
d. Supporting the appointment of specialist leisure operators to manage new build facilities.
Further, it would be preferable for members of the Tenderer’s Team to have previous experience of working together in a multi-disciplinary support role.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality. Weighting 80
2. Price. Weighting 20
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
CBC/SV/10-13
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 18.10.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
28.10.2013 – 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 30.10.2013 – 09:00
Place:
Coleraine Borough Council, Civic Headquarters Cloonavin, Co. Londonderry N. Ireland.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
(MT Ref:106585)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:11.9.2013