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

New Rossmar School & New Belmont/Foyle View School-Integrated Design Team.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Western Education and Library Board
1 Hospital Road
For the attention of: Peadar Murphy
BT79 0AW Omagh
UNITED KINGDOM
Telephone: +44 288241411
E-mail:
Fax: +44 288241400

Internet address(es):

General address of the contracting authority: www.welbni.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 authority
Regional or local authority
I.3)Main activity
General public services
Education
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 Rossmar School & New Belmont/Foyle View School-Integrated Design Team.
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: Rossmar School
2 Ballyquinn Road
LIMAVADY
Co Derry BT49 9ET
Belmont/Foyle View School
Racecourse Road
DERRY
BT48 7RE

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)
The Western Education and Library Board (WELB) invite applications from competent and Architect led design teams comprising Architect, Quantity Surveyor, Mechanical & Electrical Services Engineer (including BREEAM Assessor), Civil & Structural Engineer and CDM Co-Ordinator wishing to be considered for inclusion on a select list for the full design and management service for the construction of the New Rossmar Special School and the New Belmont/Foyle View Special School.
The Economic Operator shall provide the following Services:-
Carry out the design and costings for Belmont/Foyle View School for a maximum of ten short listed options which are identified within the WELB Economic Appraisal.
Full design and management services to be taken forward for the approved preferred option of the Economic Appraisals for Belmont/Foyle View and Rossmar. Belmont/Foyle View and Rossmar will be procured as two individual contracts, with separate and distinct programmes and processes.
Take responsibility and revisit all information provided by the WELB to assist with the design of the Schools. These proposals must meet the agreed standards within the Building Bulletin 102 - "Designing for Disabled Children and Children with Special Educational Needs” and the Department of Education for Special School Building project requirements with all associated costs etc, in order to successfully deliver the project.
The primary objective of this project is to provide suitable educational facilities to meet the curricular needs of pupils with profound medical, moderate and severe learning difficulties between the ages of 3 and 19 years currently living in the Derry City and Limavady Council areas.
The total estimated cost of the works shall be dependent on the approved preferred option of the Economic Appraisal for Belmont/Foyle View as approved by the WELB, to be prepared by the successful Economic Operator, but it is anticipated that overall costs shall be in the region of £20 million detailed as followed:
- Rossmar School £7.60 million
- Belmont/Foyle View £12.00 million
It should be noted that the Economic Appraisal for Rossmar School has been completed and was submitted to the Department of Education for approval in May 2013 and which is still pending.
The Economic Operator shall fulfil the role of Project Manager under the terms and conditions as required in the management of the NEC Form of Contract.
Ensure that rigorous quality management and supervisory procedures are in place throughout the design and construction phase.
The Form of Contract will be carried out using the New Engineering Contract 3rd Edition (NEC) Professional Services Contract, April 2013. The Form of Contract to deliver the capital works will be options within the NEC3, therefore experience of its use will be essential.
It is anticipated that the 6 Economic Operators that satisfy the completeness and compliance checks, the criteria for the rejection of Economic Operators, the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders.
Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender. For the purposes of this exercise a tie for 6th 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 6th place score.
In the event that the procurement is unavoidably delayed, but not cancelled, the PQQs will be assessed at the time of receipt and Economic Operators will be notified of the outcome. The maximum period that the short-list will be maintained is 12 months from the PQQP submission date. When the procurement process is re-commenced, the Contracting Authority may seek confirmation that the shortlisted Economic Operators still meet the required minimum standards for the competition.
II.1.6)Common procurement vocabulary (CPV)

71250000

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:
The total estimated cost of the works shall be dependent on the approved preferred option of the Economic Appraisal for Belmont/Foyle View as approved by the WELB, to be prepared by the successful Economic Operator, but it is anticipated that overall costs shall be in the region of GBP 20 million detailed as followed:
- Rossmar School GBP 7.60 million.
- Belmont/Foyle View GBP 12.00 million.
It should be noted that the Economic Appraisal for Rossmar School has been completed and was submitted to the Department of Education for approval in May 2013 and which is still pending.
The estimated fee value of the Professional Services is to be determined by the Economic Operator.
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Starting 1.5.2014. Completion 27.9.2018

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
Information and formalities necessary for evaluating if the requirements are met: The Architect led design team will be considered on the basis of their financial capability, professional and technical resources and previous experience on educational projects or projects of a similar size, scope complexity and cost completed on site within the last 7 years. Completion on site refers to the issue of the Certificate of Completion. Certificate of Completion shall be deemed to mean the following:
Completion on site shall be determined as when the Client is capable of taking possession of the works and takes on the responsibility for damage to and insurance of the works. Acceptable evidence for completion on site shall be through the issuing of a Certificate of Completion, for example on a NEC Contract or a Practical Completion Certificate on a JCT Contract.
If the Economic Operator wishes to submit an equivalent certificate of completion other than those stated above prior approval shall be sought from the WELB via the messaging portal on eSourcingNI.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: The Architect led design team will be considered on their economic and financial capability.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
The Architect led design team will be considered on the basis of their technical resources and previous experience on educational projects or projects of a similar size, scope complexity and cost completed on site within the last 7 years. Completion on site refers to the issue of the Certificate of Completion. Certificate of Completion shall be deemed to mean the following:
Completion on site shall be determined as when the Client is capable of taking possession of the works and takes on the responsibility for damage to and insurance of the works. Acceptable evidence for completion on site shall be through the issuing of a Certificate of Completion, for example on a NEC Contract or a Practical Completion Certificate on a JCT Contract.
If the Economic Operator wishes to submit an equivalent certificate of completion other than those stated above prior approval shall be sought from the WELB via the messaging portal on eSourcingNI.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution 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 procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged number of operators: 6
Objective criteria for choosing the limited number of candidates: Financial stability, resources and previous experience.
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. Price. Weighting 60

2. Quality. Weighting 40

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:
IV.3.2)Previous publication(s) concerning the same contract
no
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: 9.12.2013 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
9.12.2013 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
24.1.2014
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

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.

VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

To be confirmed

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: CPD will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full 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.
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).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.10.2013