Notice Information
Notice Title
DAERA 3803070 - Loughry And Greenmount Campus Redevlopments
Notice Description
The objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer's Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each 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 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.
Lot Information
Loughry Campus Redevelopment
The objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer's Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each 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 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.
Renewal: N/A
Greenmount Campus RedevelopmentThe objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer's Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each 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 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02e8c4
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025787-2022
- 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
- SME
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
- £4,300,000 £1M-£10M
- Lots Value
- £4,300,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £4,389,085 £1M-£10M
Notice Dates
- Publication Date
- 14 Sep 20223 years ago
- Submission Deadline
- 4 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Aug 20223 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CPD - CONSTRUCTION DIVISION
- Additional Buyers
- Contact Name
- construct.infofinance-ni.gov.uk
- Contact Email
- construct.info@finance-ni.gov.uk
- Contact Phone
- +44 2890816555
Buyer Location
- Locality
- ANTRIM
- Postcode
- BT41 4PS
- 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
- TLN Northern Ireland
-
- Local Authority
- Belfast
- Electoral Ward
- Sydenham
- Westminster Constituency
- Belfast East
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-02e8c4-2022-09-14T13:13:36+01:00",
"date": "2022-09-14T13:13:36+01:00",
"ocid": "ocds-h6vhtk-02e8c4",
"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-02e8c4",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "DAERA 3803070 - Loughry And Greenmount Campus Redevlopments",
"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 2No Economic Operator Teams (EOTs) who will develop the Employer's Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each 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 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.",
"value": {
"amount": 4300000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "Loughry Campus Redevelopment",
"description": "The objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer's Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each 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 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.",
"value": {
"amount": 2400000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2250
},
"hasRenewal": true,
"renewal": {
"description": "N/A"
},
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
}
},
{
"id": "2",
"title": "Greenmount Campus Redevelopment",
"description": "The objective of this procurement is to appoint 2No Economic Operator Teams (EOTs) who will develop the Employer's Requirements in relation to the delivery and redvelopment of either Lot 1 - Loughry Campus or Lot 2 - Greenmount Campus. The existing campuses do not meet the present need or the accommodation standards. Each 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 3 Spatial Coordination before appointing a contracting team to further develop the design and deliver the project throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the contracting team procurement and appointment the EOT shall undertake the management of the Contracting Team on behalf of the client. For a complete description of this procurement please refer to CfT contract documents and draft Scope of Services.",
"value": {
"amount": 1900000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2190
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"hasOptions": false,
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "80"
},
{
"type": "price",
"description": "20"
}
]
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"deliveryLocation": {
"description": "Cookstown"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKN"
},
{
"region": "UKN"
}
],
"deliveryLocation": {
"description": "Antrim"
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://etendersni.gov.uk/epps",
"communication": {
"atypicalToolUrl": "https://etendersni.gov.uk/epps"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Refer to PQQ documentation",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Refer to PQQ documentation",
"minimum": "Refer to PQQ documentation",
"appliesTo": [
"supplier"
]
}
]
},
"documents": [
{
"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.financeni.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/. listpublicbodies-.. which-ni-public-procurement-policy-applies"
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-11-04T15:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2022-03-04T23:59:59Z"
}
},
"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 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.(A court may extend the time limit to 3 months ,where the court considers that there is a good reason for.."
},
"parties": [
{
"id": "GB-FTS-30767",
"name": "College of Agriculture Food and Rural Enterprise CAFRE",
"identifier": {
"legalName": "College of Agriculture Food and Rural Enterprise CAFRE"
},
"address": {
"streetAddress": "45 Tirgracy Road",
"locality": "Antrim",
"region": "UK",
"postalCode": "BT41 4PS",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "construct.infofinance-ni.gov.uk",
"telephone": "+44 2890816555",
"email": "construct.info@finance-ni.gov.uk",
"url": "https://etendersni.gov.uk/epps"
},
"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": "05",
"description": "Environmental protection"
}
]
}
},
{
"id": "GB-FTS-19936",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "Clare House, 303 Airport Road",
"locality": "Belfast",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890816555",
"email": "construct.info@finance-ni.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.finance-ni.gov.uk/contact"
}
},
{
"id": "GB-FTS-12065",
"name": "CPD - Construction Division",
"identifier": {
"legalName": "CPD - Construction Division"
},
"address": {
"streetAddress": "303 Airport Road West",
"locality": "BELFAST",
"region": "UK",
"postalCode": "BT3 9ED",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "construct.infofinance-ni.gov.uk",
"telephone": "+44 2890816555",
"email": "construct.info@finance-ni.gov.uk"
},
"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": "05",
"description": "Environmental protection"
}
]
}
},
{
"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",
"faxNumber": "+44 2890665810"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-24516",
"name": "Hamilton Architects LLP",
"identifier": {
"legalName": "Hamilton Architects LLP"
},
"address": {
"streetAddress": "3 Joy Street",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT2 8LE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890334252",
"email": "michelle.canning@hamiltonarchitects.co.uk"
},
"roles": [
"supplier"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"scale": "sme"
}
},
{
"id": "GB-FTS-63503",
"name": "Department of Finance",
"identifier": {
"legalName": "Department of Finance"
},
"address": {
"streetAddress": "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-12065",
"name": "CPD - Construction Division"
},
"language": "en",
"awards": [
{
"id": "025787-2022-1-1",
"relatedLots": [
"1"
],
"title": "Loughry Campus Redevelopment",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-15486",
"name": "Hood Mcgowan Kirk Partnership"
}
]
},
{
"id": "025787-2022-2-2",
"relatedLots": [
"2"
],
"title": "Greenmount Campus Redevelopment",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-24516",
"name": "Hamilton Architects LLP"
}
]
}
],
"contracts": [
{
"id": "025787-2022-1-1",
"awardID": "025787-2022-1-1",
"title": "Loughry Campus Redevelopment",
"status": "active",
"value": {
"amount": 2341460,
"currency": "GBP"
},
"dateSigned": "2022-08-10T00:00:00+01:00"
},
{
"id": "025787-2022-2-2",
"awardID": "025787-2022-2-2",
"title": "Greenmount Campus Redevelopment",
"status": "active",
"value": {
"amount": 2047625,
"currency": "GBP"
},
"dateSigned": "2022-08-10T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 15
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 15
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 1
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 1
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 1
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 1
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 15
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 15
}
]
}
}