By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

New Leisure Facilities - Integrated Consultancy Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Craigavon Borough Council
Craigavon Civic & Conference Centre, Lakeview Road
For the attention of: Mark Pearson
BT64 1AL Craigavon
UNITED KINGDOM
Telephone: +44 2838312532
E-mail:

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 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:
New Leisure Facilities - Integrated Consultancy Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
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: Craigavon.

NUTS code UK

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)
The Contracting Authority wishes to appoint an Economic Operator to provide integrated project management and design consultancy services and support the Contracting Authority in the procurement and subsequent management of a Works Contractorwho will be appointed (separately) to construct new leisure facilities in Craigavon, Northern Ireland. The required professional services include the following disciplines: Project Manager, Architect/Lead Designer, Cost Consultant, Mechanical & Electrical Services Engineer, Civil & Structural Engineer, CDM Co-ordinator, Landscape Architect, BREEAM Assessor, Fire Engineer, Urban Stewardship/Urban Design, and any other discipline considered appropriate to provide the required services.
II.1.6)Common procurement vocabulary (CPV)

71541000, 71220000, 71221000, 71200000, 71530000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
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:
Estimated value excluding VAT:
Range: between 1 100 000 and 1 500 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
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:
The Contracting Authority reserves the right to require bonds, deposits, guarantees or other forms of appropriate forms of undertaking or security to secure proper performance of the contract.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Further details shall be provided in the Invitation to Tender documentation to be issued to those candidates who qualify for the tendering stage of the competition.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
The Contacting Authority reserves the right to require groups of economic operators to take a particular legal form upon contract award or to require that one party has primary liability or to require each party to be jointly and severally liable.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Further details shall be provided in the Memorandum of Information and Pre-Qualification Questionnaire documentation available from the contact point above, and the Invitation to Tender documentation to be issued to those candidates who qualify for the tendering stage of the competition.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Candidates shall be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18) - and in particular Regulation 23 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire documents are to be submitted to the Contracting Authority by the date specified in Section IV.3.4.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Candidates shall be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18) - and in particular Regulation 24 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire documents are to be submitted to the Contracting Authority by the date specified in Section IV.3.4.
Minimum level(s) of standards possibly required: Economic Operators (and Consortium members) must meet certain minimum standards in relation to economic and financial standing (see PQQ1 - Part B (and if necessary PQQ1A)) and in relation to health and safety (see PQQ1 - Part C).
In relation to economic and financial standing, there is a requirement that economic operators and consortium members:

- shall have ‘Constructionline' Category Values equal to or greater than certain minimum levels; Constructionline is the UK's register of local and national construction and construction-related services pre-assessed to work for public and private sector client buyers. It is owned and endorsed by the Department for Business, Innovation & Skills. For further information go to: www.constructionline.co.uk.

- shall not be unqualified persons for the purpose of Articles 64-66 of the Fair Employment and Treatment (Northern Ireland) Order 1998 and that no services supplied by an unqualified person;
- shall have taken appropriate action as a result of any finding of unlawful discrimination;
- shall demonstrate the ability to obtain insurance to certain specified levels;
- shall have certain accreditations and certifications.
In relation to health and safety, there is a requirement that economic operators and consortium members shall demonstrate that they meet certain minimum standards in relation to the management of health and safety and arrangements for the performance of duties under the Construction (Design and Management) Regulations (NI) 2007 (or equivalent legislation).
If an Economic Operator or Consortium member does not pass all of the minimum standards in PQQ1 - Part B (and PQQ1A if applicable) or Part C, the Economic Operator shall be eliminated from the competition and the remainder of its pre-qualification questionnaire shall not be assessed.
Please note also that the economic operator or (where the economic operator is a consortium) a consortium member, must perform at least one of the following key service roles (i.e. these cannot be sub-contracted):
- Project Manager,
- Architect/Lead Designer.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Candidates shall be assessed in accordance with Part 4 of the Public Contracts Regulations 2006, as amended (implementing Title II, Chapter VII, Section 2 of Directive 2004/18) - and in particular Regulation 25 thereof - on the basis of information provided in response to the Pre-Qualification Questionnaire documentation (which is available from the contact point referred to above). Completed Pre-Qualification Questionnaire documents are to be submitted to the Contracting Authority by the date specified in Section IV.3.4.
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

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 5
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 in the specifications, in the invitation to tender or to negotiate or in the descriptive document
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:
Project_12504
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
7.6.2013 - 12:00
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
IV.3.8)Conditions for opening of tenders
Date: 10.6.2013 - 10:00

Place:

Craigavon Civic & Conference Centre

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue' - Enter your correct business and user details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box 3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.

Re Section I.1 above, please note that the Contracting Authority is Craigavon Borough Council or any lawful successor of the council (including pursuant to any review of public administration in Northern Ireland).
- Re II.1.4 above, this is an estimated range only. The Contracting Authority reserves the right to award a contract for a higher or lower amount.
- Re II.1.5 above, the appointed economic operator will be required to provide a project management-led multi-disciplinary consultancy team and will be appointed to an NEC3 PSC Option A form of contract (as amended by the Contracting Authority). Full details of the contract terms and conditions shall be set out in the Invitation to Tender documents issued to those economic operators who are selected by the Contracting Authority to tender for the contract following the pre-qualification stage of the Competition.”
- Re III.3.2 above, details of the Contracting Authority's minimum requirements for professional accreditations and certificates are provided in the Memorandum of Information and Pre-Qualification Questionnaire documentation which is available from the contact point above.
- Re: Section IV.1.2 above, it is anticipated that five economic operators will be invited to tender based on the objective criteria specified in the Memorandum of Information and the Pre-Qualification Questionnaire documentation (available from the contact point referred to above). Where there is a tie for 5th place in the scoring, then all Economic Operators tied in 5th place will be shortlisted and invited to tender. For the purposes of this exercise, a tie for 5th place shall be 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 for responses to PQQ2 to PQQ7. (Differences of up to 1.5 marks will be rounded down to 1.)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Royal Courts of Justice
Chichester St.
BT1 3 JF Belfast
UNITED KINGDOM
E-mail:
Telephone: +44 2890235111
Internet address: www.courtsni.gov.uk

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will contain the information specified in Regulation 32 of the Public Contracts Regulations 2006 (as amended). 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
The Public Contracts Regulations 2006 (SI 2006 No 5)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 (England, Wales and Northern Ireland). In accordance with Regulation 47K, legal proceedings must generally 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, although a Court can extend the period for bringing proceedings to up to 3 months (after the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen) where the Court considers that there is a good reason for doing so. A longer limitation period of 6 months can apply to any claim for a declaration of ineffectiveness (although this can in certain circumstances, specified in the Public Contracts Regulations 2006, be reduced to 30 days).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
2.5.2013