Tender

Ballyclare RFC Multi Facility Fund Project

BALLYCLARE RUGBY FOOTBALL CLUB

This public procurement record has 2 releases in its history.

TenderUpdate

27 Aug 2021 at 10:32

Tender

27 Aug 2021 at 09:50

Summary of the contracting process

The Ballyclare RFC Multi Facility Fund Project is currently in the Tender stage, initiated by the Ballyclare Rugby Football Club, located at The Cloughan, Doagh Road, Ballyclare, Northern Ireland. This project, classified under landscape architectural services, aims to create a multi-facility sports hub, including the construction of various sports pitches and associated infrastructure. The total contract value is £230,000, and submissions must be electronically submitted by 24 September 2021 at 3:00 PM. Key contact for this tender is Richard Lutton, available via email at BallyclareRFCTender@Gmail.com.

This procurement presents significant opportunities for businesses in construction, landscaping, and sports facility development. Companies capable of providing services such as civil engineering consultancy, construction management, and landscape architecture would be particularly well-suited to participate. The phased nature of the project also allows for small to medium-sized enterprises to collaborate on specific components of the works, thereby enhancing competitive participation and fostering business growth in the local area.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Ballyclare RFC Multi Facility Fund Project

Notice Description

The creation of a multi-facility sports hub at The Cloughan, Doagh Road, Ballyclare. This includes: the construction of a 3G multi-sports pitch with perimeter fence and floodlights; construction of an artificial hockey pitch (on an existing gravel surface) with perimeter fence and floodlight refurbishment; the upgrade of the existing cricket square, outfield, and associated equipment (covers, sightscreens etc) and the improvement of grass rugby pitches including drainage and floodlighting. In addition, all landscaping, infrastructure, planning, and design works associated with the above works must be included in the scope of work. The works are expected to be completed in a phased manner, so the management of construction within an active sports hub is vital.

Lot Information

Lot 1

For a complete description of this procurement please refer to the Pre-Qualification Questionnaire Package

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02da74
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/021259-2021
Current Stage
Tender
All Stages
Tender

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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71311000 - Civil engineering consultancy services

71420000 - Landscape architectural services

71540000 - Construction management services

Notice Value(s)

Tender Value
£230,000 £100K-£500K
Lots Value
£230,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Aug 20214 years ago
Submission Deadline
24 Sep 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
BALLYCLARE RUGBY FOOTBALL CLUB
Contact Name
Richard Lutton
Contact Email
ballyclarerfctender@gmail.com
Contact Phone
+44 07894920026

Buyer Location

Locality
BALLYCLARE
Postcode
BT39 9JD
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)
TLN0D Antrim and Newtownabbey
Delivery Location
TLN Northern Ireland

Local Authority
Antrim and Newtownabbey
Electoral Ward
Doagh
Westminster Constituency
South Antrim

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-02da74-2021-08-27T11:32:59+01:00",
    "date": "2021-08-27T11:32:59+01:00",
    "ocid": "ocds-h6vhtk-02da74",
    "description": "The Contracting Authority expressly reserves the right: i. not to award any contract as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and ii. to make whatever changes it may see fit to the content and structure of the tendering competition; and iii. to award a contract in respect of any part(s) of the Works covered by this notice; and iv. to award contract in stages. In no circumstances will the Authority be liable for any costs, charges or expenses incurred by Economic Operators or candidates irrespective of the outcome of the procurement process or if the procurement process is cancelled or postponed. 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. Economic operators should be aware that up to the point the contract becomes unconditional, all costs, charges and expenses are the economic operator's and the contracting authority will not reimburse any costs incurred prior to this stage. All discussions and correspondence shall be deemed strictly subject to contract until the contract is entered into. No business whatsoever is guaranteed under any resulting contract and there is no guarantee that any contract will be put in place in relation to this notice. No compensation will be paid if a contract 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-02da74",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Ballyclare RFC Multi Facility Fund Project",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71420000",
            "description": "Landscape architectural services"
        },
        "mainProcurementCategory": "services",
        "description": "The creation of a multi-facility sports hub at The Cloughan, Doagh Road, Ballyclare. This includes: the construction of a 3G multi-sports pitch with perimeter fence and floodlights; construction of an artificial hockey pitch (on an existing gravel surface) with perimeter fence and floodlight refurbishment; the upgrade of the existing cricket square, outfield, and associated equipment (covers, sightscreens etc) and the improvement of grass rugby pitches including drainage and floodlighting. In addition, all landscaping, infrastructure, planning, and design works associated with the above works must be included in the scope of work. The works are expected to be completed in a phased manner, so the management of construction within an active sports hub is vital.",
        "value": {
            "amount": 230000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "For a complete description of this procurement please refer to the Pre-Qualification Questionnaire Package",
                "value": {
                    "amount": 230000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71540000",
                        "description": "Construction management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps/home.do",
        "communication": {
            "atypicalToolUrl": "https://etendersni.gov.uk/epps/home.do"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Refer to PQQ Documentation",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Refer to procurement documents for further information"
                }
            ]
        },
        "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 contact management procedures, the Contracting Authority will use the Protocol for Managing Poor Supplier Performance contained in the 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 Contarcting 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"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2021-09-24T15:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-10-22T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false,
        "reviewDetails": "This procurement is governed by the Public Contracts Regulations 2015 which 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 non-compliance with the relevant law must 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.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "https://etendersni.gov.uk/epps/home.do"
                        },
                        "newValue": {
                            "text": "https://www.ballyclarerfc.co.uk/"
                        },
                        "where": {
                            "section": "I.1",
                            "label": "Main Address"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge, at https://etendersni.gov.uk/epps/home.do Additional information can be obtained from the above-mentioned address Tenders or requests to participate must be submitted electronically via https://etendersni.gov.uk/epps/home.do Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at https://etendersni.gov.uk/epps/home.do"
                        },
                        "newValue": {
                            "text": "The procurement documents are available for unrestricted and full direct access, free of charge by contacting: BallyclareRFCTender@Gmail.com Additional information can be obtained from the above-mentioned address. Tenders or requests to participate must be submitted electronically to: BallyclareRFCTender@Gmail.com"
                        },
                        "where": {
                            "section": "I.3",
                            "label": "Communication"
                        }
                    }
                ]
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-26839",
            "name": "Ballyclare Rugby Football Club",
            "identifier": {
                "legalName": "Ballyclare Rugby Football Club"
            },
            "address": {
                "streetAddress": "The Cloughan, Doagh Road",
                "locality": "BALLYCLARE",
                "region": "UKN",
                "postalCode": "BT399JD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Richard Lutton",
                "telephone": "+44 07894920026",
                "email": "BallyclareRFCTender@Gmail.com",
                "url": "https://etendersni.gov.uk/epps/home.do"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps/home.do",
                "buyerProfile": "https://www.ballyclarerfc.co.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Registered Sporting Facility"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Amateur Sport & Recreation"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-26840",
            "name": "Department of Finance, Construction & Procurement Delivery, Procurement Operations Branch",
            "identifier": {
                "legalName": "Department of Finance, Construction & Procurement Delivery, Procurement Operations Branch"
            },
            "address": {
                "streetAddress": "Department of Finance, Construction & Procurement Delivery, Procurement Operations Branch, Clare House, 303 Airport Road West",
                "locality": "Belfast",
                "postalCode": "BT3 9ED",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2890816555",
                "email": "construct.info@finance-ni.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.finance-ni.gov.uk/contact"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-26839",
        "name": "Ballyclare Rugby Football Club"
    },
    "language": "en"
}