Award

DE 3332827 APPOINTMENT OF AN ECONOMIC OPERATOR TEAM (EOT) FOR BLESSED TRINITY COLLEGE, BELFAST

BLESSED TRINITY COLLEGE BOARD OF GOVERNORS

This public procurement record has 2 releases in its history.

Award

05 May 2022 at 08:04

Tender

20 Jan 2021 at 16:32

Summary of the contracting process

The procurement process involves the appointment of an Economic Operator Team (EOT) for Blessed Trinity College in Belfast. The project aims to deliver a new post-primary school, addressing current accommodation standards as per the Department of Education guidelines. The procurement is classified under the architectural, construction, engineering, and inspection services category (CPV code: 71000000). The tender, which is currently in the active stage, was initiated under a selective procurement method, and the deadline for submissions was set for 26th February 2021. The total value of the contract is approximately £1,750,000.

This tender presents a significant opportunity for businesses specialised in architectural and construction services, particularly for those experienced with educational infrastructure projects. Companies capable of managing complex design and engineering tasks in accordance with RIBA standards (2020) would be particularly well-suited to participate. The engagement aims to foster growth for qualified firms by allowing them to showcase their expertise in delivering quality education facilities while also contributing to the broader goals of improving community services.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

DE 3332827 APPOINTMENT OF AN ECONOMIC OPERATOR TEAM (EOT) FOR BLESSED TRINITY COLLEGE, BELFAST

Notice Description

The objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer's Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team's procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.

Lot Information

Lot 1

The objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer's Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team's procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-028bf9
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011595-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71000000 - Architectural, construction, engineering and inspection services

Notice Value(s)

Tender Value
£1,750,000 £1M-£10M
Lots Value
£1,750,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,226,700 £1M-£10M

Notice Dates

Publication Date
5 May 20224 years ago
Submission Deadline
26 Feb 2021Expired
Future Notice Date
Not specified
Award Date
15 Mar 20224 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
BLESSED TRINITY COLLEGE BOARD OF GOVERNORS
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
BELFAST
Postcode
BT15 4DZ
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Innisfayle
Westminster Constituency
Belfast North

Supplier Information

Number of Suppliers
1
Supplier Name

HOOD MCGOWAN KIRK PARTNERSHIP

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-028bf9-2022-05-05T09:04:13+01:00",
    "date": "2022-05-05T09:04:13+01:00",
    "ocid": "ocds-h6vhtk-028bf9",
    "description": "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 one, 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. .",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-028bf9",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "DE 3332827 APPOINTMENT OF AN ECONOMIC OPERATOR TEAM (EOT) FOR BLESSED TRINITY COLLEGE, BELFAST",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "The objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer's Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team's procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.",
        "value": {
            "amount": 1750000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The objective of this procurement is to appoint an Economic Operator Team (EOT) who will develop the Employer's Requirements in relation to the delivery of a new post primary for Blessed Trinity College. The existing Blessed Trinity College does not meet the present need or the accommodation standards as specified within the current Department of Education Secondary School Building Handbook. The appointed EOT shall provide the professional services applicable to RIBA (2020) Stages 0 to 7 and also as specified within this document. The EOT shall develop the design to RIBA (2020) Stage 4 Technical Design before appointing a Contracting Team to deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 5 to 7. Following the Contracting Team's procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of theFor a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.",
                "value": {
                    "amount": 1750000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1980
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "In accordance with Regulation 65(3) of the Public Contract Regulation 2015, 5 candidates will be invited. This offers adequate competition to ensure that the Employer is assured value for money and that there is sufficient opportunity offered to tenders. However, this limit also protects the industry from wasting valuable resources which are required to prepare a tender submission."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "QUALITY",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "deliveryLocation": {
                    "description": "Blessed Trinity College, 619 Antrim Road, Belfast"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3332827",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3332827"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Please refer to PQQ Documents",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "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 one 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 (NIPP), for a minimum period of 12 months or 3 years respectively. . . A list of bodies subject to Northern Ireland Public Procurement Policy can be viewed at: . https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-02-26T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2021-06-26T23:59:59+01:00"
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "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.. Any proceedings relating to any perceived noncompliance. with the relevant law must be stated 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 risen. (A court may extend the time limit to 3 months, where the court. considers that there is good reason for doing so)"
    },
    "parties": [
        {
            "id": "GB-FTS-2625",
            "name": "Blessed Trinity College Board of Governors",
            "identifier": {
                "legalName": "Blessed Trinity College Board of Governors"
            },
            "address": {
                "streetAddress": "619 Antrim Road, Belfast",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT15 4DZ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "construct.info",
                "telephone": "+44 2890816555",
                "email": "Construct.info@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps/cft/prepareViewCfTWS.do?resourceId=3332827"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "09",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1658",
            "name": "Department of Finance, Construction Procurement Delivery, Procurement Operations Branch",
            "identifier": {
                "legalName": "Department of Finance, Construction Procurement Delivery, Procurement Operations Branch"
            },
            "address": {
                "streetAddress": "Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-15486",
            "name": "Hood Mcgowan Kirk Partnership",
            "identifier": {
                "legalName": "Hood Mcgowan Kirk Partnership"
            },
            "address": {
                "streetAddress": "MD House, 56 Newforge Lane",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT9 5NW",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890667932",
                "email": "ciara.maitland@hmkni.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2625",
        "name": "Blessed Trinity College Board of Governors"
    },
    "language": "en",
    "awards": [
        {
            "id": "011595-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-15486",
                    "name": "Hood Mcgowan Kirk Partnership"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "011595-2022-1-1",
            "awardID": "011595-2022-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 1226700,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 10
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 10
            }
        ]
    }
}