Integrated Consultant Team Tender Enniskillen
Appointment of an ICT for Enniskillen Royal Grammar School.
United Kingdom-Enniskillen: Architectural, construction, engineering and inspection services
2019/S 077-183422
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
1 Lough Shore Road
Enniskillen
BT74 5HD
United Kingdom
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.uk
NUTS code: UKN16
Address of the buyer profile: https://etendersni.gov.uk/epps
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
DE 2155420 Appointment of an ICT for Enniskillen Royal Grammar School
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The appointment of a project manager led integrated consultant team to include: project management, provision of architectural, structural, civil, building services design, and lead designer services for input and development of design proposals to RIBA Plan of Work 2013 Stage 4 and to successfully obtain planning approval prior to engaging upon the procurement of an Integrated Supply Team (IST) to undertake the construction of the new School. Thereafter providing advisory, technical review, monitoring and supervision of the IST and audit services throughout the construction of the works. The contract will be awarded to the economic operator which has submitted the most economically advantageous tender (MEAT) using the narrow average, price scoring mechanism. Refer to draft ITT Document 1 of 4. For a complete description of this procurement, please refer to the pre-qualification questionnaire package.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The appointment of a project manager led integrated consultant team to include: project management, provision of architectural, structural, civil, building services design, and lead designer services for input and development of design proposals to RIBA Plan of Work 2013 Stage 4 and to successfully obtain planning approval prior to engaging upon the procurement of an Integrated Supply Team (IST) to undertake the construction of the new School. Thereafter providing advisory, technical review, monitoring and supervision of the IST and audit services throughout the construction of the works. The contract will be awarded to the economic operator which has submitted the most economically advantageous tender (MEAT) using the narrow average, price scoring mechanism. Refer to draft ITT Document 1 of 4. For a complete description of this procurement, please refer to the pre-qualification questionnaire package.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
In order for a contractor/consultant to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below:
Project manager:
Employees must have and maintain 1 of the following:
— registration with the Architect’s Registration Board (ARB),
— chartered membership of the Institution of Structural Engineers (IStructE),
— chartered membership of the Royal Institution of Chartered Surveyors (RICS),
— chartered membership of the Institution of Civil Engineers (ICE),
— chartered membership of the Chartered Institution of Building Services Engineers (CIBSE),
— chartered membership of the Institution of Mechanical Engineers (IMechE),
— chartered membership of the Institution of Engineering and Technology (IET),
— chartered membership of The Association of Project Management (APM) in a construction related role,
— chartered membership of The Chartered Institute of Architectural Technologists (CIAT),
— chartered membership of The Chartered Institute of Building (CIOB),
— chartered membership of The Royal Institute of British Architects (RIBA),
— chartered membership of The Royal Society of Ulster Architects (RSUA),
— equivalent professional body within your own jurisdiction.
Architect:
Employees must have and maintain:
— registration with the Architect’s Registration Board (ARB), or
— equivalent professional body within your own jurisdiction.
Structural Engineer:
Employees must have and maintain:
— chartered membership of the Institution of Structural Engineers (IStructE),
— chartered membership of Engineers Ireland, or
— equivalent professional body within your own jurisdiction.
Quantity surveyor:
Employees must have and maintain:
— chartered membership of the Royal Institution of Chartered Surveyors (RICS), or
— equivalent professional body within your own jurisdiction.
Electrical engineer:
Employees must be from the electrical discipline and have and maintain:
— chartered membership of the Chartered Institution of Building Services Engineers (CIBSE),
— chartered membership of the Institution of Engineering and Technology (IET), or
— equivalent professional body within your own jurisdiction.
Mechanical engineer employees must be from the mechanical discipline and have and maintain:
— chartered membership of the Chartered Institution of Building Services Engineers (CIBSE),
— chartered membership of the Institution of Mechanical Engineers (IMechE), or
— equivalent professional body within your own jurisdiction.
Civil Engineer:
Employees must have and maintain:
— chartered membership of the Institution of Civil Engineers (ICE),
— chartered membership of Engineers Ireland, or
— equivalent professional body within your own jurisdiction..
III.1.2)Economic and financial standing
Consultants are required to be registered and have Verified Status on Constructionline and should have the minimum category value in at least 1 of the Constructionline Categories specified. Should Vertfied Status by a Constructionline member not be held by the consultant then a financial compliance check must be made of the consultant’s accounts and references through the Constructionline database for the work category they have offered. If the latest financial accounts and references are not up to date in accordance with the Constructionline registration and this has contributed to unverified status then the consultant will be rejected. If the economic operator is a consortium, then the lead enterprise for the consortium must have a minimum category value of at least 40 % and the sum of each member’s category values must be equal to or greater than the value set out below. Minimum category value for economic operator 300 000 GBP. Group of economic operators or other entity members only — Each member must have a minimum category value of 120 000 GBP and the sum of their category values must be equal to or greater than the value set out above. Public liability insurance [10 000 000 GBP]. Employer’s liability insurance [10 000 000 GBP]. Professional indemnity insurance 5 000 000 GBP.
Architectural, construction, engineering and inspection services — 71000000.
Project management — Project Management — 71541000.
Architecture: Architectural and Design Services — 71220000-6.
Quantity Surveying: Quantity Surveying — 71324000.
Structural Engineering — Structural Engineering — 71312000-8.
Civil Engineering — Civil Engineering — 71311000.
Mechanical and Electrical Services — Mechanical and Electrical Engineering Services — 71300000.
III.1.3)Technical and professional ability
The economic operator (or where the economic operator is a group of economic operators, all parties forming the group of economic operators) must provide at least one of the core disciplines listed below from within its own resources:
— project manager,
— architect,
— electrical engineer,
— mechanical engineer,
— structural engineer,
— civil engineer,
— quantity surveyor.
Details are provided in the pre-qualification questionnaire.
III.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.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures
If an economic operator has received more than 1 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 (NIPPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to NIPPP can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.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 1, 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.
VI.4.1)Review body
Department of Finance, Construction Procurement Delivery — Procurement Operations Branch Clare House, 303 Airport Road West
Belfast
BT3 9ED
United Kingdom
Telephone: +44 2890816555
E-mail: construct.info@finance-ni.gov.ukInternet address: https://www.finance-ni.gov.uk/contact
VI.4.3)Review procedure
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.
VI.5)Date of dispatch of this notice: