Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)Mid Ulster District Council
15 Circular Road, Co. Tyrone
Contact point(s): Mid Ulster District Council
For the attention of: Linda Ferguson
BT71 6DT Dungannon
United Kingdom
Telephone: +44 03000132132
E-mail:
Internet address(es):
General address of the contracting authority: http://www.midulstercouncil.org
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authorityRegional or local authority
I.3)Main activityGeneral public services
I.4)Contract award on behalf of other contracting authoritiesThe 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:
Appointment of Integrated Consultancy Team for Coalisland Public Realm Scheme.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Coalisland Town Centre.
NUTS code UKN0
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)
Appointment of Integrated Consultancy Team for Coalisland Public Realm Scheme. The commission is for the appointment of a project manager led multi-disciplinary consultancy team to prepare, develop and project manage the delivery of the public realm scheme from RIBA Stages 0-7. Professional services to be provided must include the services of a Project Manager, Landscape Architect, Traffic Engineer, Civil Engineer, Structural Engineer, Building Services Engineer, Quantity Surveyor, Principal Designer, Economist/Business Case Consultant Team and any other consultants necessary to develop the concept designs. An NEC3 Professional Services Contract will be used to provide the services.
II.1.6)Common procurement vocabulary (CPV) II.1.7)Information about Government Procurement Agreement (GPA)The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Appointment of Integrated Consultancy Team for Coalisland Public Realm Scheme. The commission is for the appointment of a project manager led multi-disciplinary consultancy team to prepare, develop and project manage the delivery of the public realm scheme from RIBA Stages 0-7. The project will be delivered in a busy town centre environment which will affect businesses, property owners, residents and shoppers. Subject to receiving the necessary approvals it is envisaged the construction phase will commence late 2017 and the construction phase is estimated to take 9 months.
Estimated value excluding VAT:
Range: between 150 000 and 195 000 GBP
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion
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
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registersInformation and formalities necessary for evaluating if the requirements are met: As detailed in the MOI Parts A and B.
III.2.2)Economic and financial abilityInformation and formalities necessary for evaluating if the requirements are met: As detailed in the MOI Parts A and B.
Minimum level(s) of standards possibly required: As detailed in the MOI Parts A and B.
III.2.3)Technical capacityInformation and formalities necessary for evaluating if the requirements are met:
As detailed in the MOI Parts A and B.
Minimum level(s) of standards possibly required:
As detailed in the MOI Parts A and B.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateEnvisaged number of operators: 5
Objective criteria for choosing the limited number of candidates: Where there is a tie for 5th place, then all Economic Operators in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th place is deemed to occur where two or more Economic Operators have identical scores or a score within 1 mark (out of a score of 100) of the 5th place score.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
MID/T/2016/011
IV.3.2)Previous publication(s) concerning the same contractno
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive documentTime limit for receipt of requests for documents or for accessing documents: 11.11.2016 - 17:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate14.11.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates23.11.2016
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresMid Ulster District Council
Dungannon Office, 15 Circular Road, Co. Tyrone, Northern Ireland
BT71 6DT Dungannon
United Kingdom
E-mail:
Telephone: +44 03000132132
Internet address: www.midulstercouncil.org
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtainedMid Ulster District Council
Dungannon Office, 15 Circular Road, Co. Tyrone
BT71 6DT Dungannon
United Kingdom
E-mail:
Telephone: +44 03000132132
Internet address: www.midulstercouncil.org
VI.5)Date of dispatch of this notice:7.10.2016