Award

TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases

THE EXECUTIVE OFFICE

This public procurement record has 1 release in its history.

Award

29 Apr 2022 at 13:52

Summary of the contracting process

The procurement process pertains to the title "TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases," led by The Executive Office as the central purchasing body. This initiative falls within the architectural design services sector, particularly focused on projects in Belfast and Derry/Londonderry. The procurement is at the tender stage and has resulted in a contract with a value of £90,507, signed on 29 April 2022. The procurement method employed is a selective process, also known as the restricted procedure, and the contract duration is set for two years, with potential extensions of up to four years based on performance. The specific emphasis of this contract is on providing concept design and cost input services aligned with the RIBA Plan of Work 2013 for various community-related developments.

This tender presents significant growth opportunities for businesses in the architectural and civil engineering sectors, especially those experienced in providing consultancy services for urban development projects. Companies that can deliver high-quality design and strategic planning services, particularly those familiar with frameworks related to public realm environmental schemes or community building types, will find this tender well-suited for their capabilities. With the potential for further contracts over a four-year period, successful bidders may develop long-term partnerships with The Executive Office and contribute to transformative projects across Northern Ireland.

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

TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases

Notice Description

This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, Stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is Stage 0 Strategic Definition, Stage 1 Preparation and Brief and Stage 2 Concept Design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites etc. Specific Employer Tasks are provided in the tender documentation Scope of Service Annex A - currently provided in draft for information purposes. The contract will operate for a period of two years with the option for the Employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of one year each up to a maximum of four years.

Lot Information

Lot 1

This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, Stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is Stage 0 Strategic Definition, Stage 1 Preparation and Brief and Stage 2 Concept Design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites etc. Specific Employer Tasks are provided in the tender documentation Scope of Service Annex A - currently provided in draft for information purposes. The contract will operate for a period of two years with the option for the Employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of one year each up to a maximum of four years.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-033249
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011180-2022
Current Stage
Award
All Stages
Award

Procurement Classification

Notice Type
Award Notice
Procurement Type
Framework
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

71220000 - Architectural design services

71311000 - Civil engineering consultancy services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£90,507 Under £100K

Notice Dates

Publication Date
29 Apr 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
28 Apr 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

Contracting Authority (Buyer)

Main Buyer
THE EXECUTIVE OFFICE
Contact Name
constructinfofinance-ni.gov.uk
Contact Email
construct.info@finance-ni.gov.uk
Contact Phone
+44 2890816555

Buyer Location

Locality
BELFAST
Postcode
BT 43G
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLN Northern Ireland

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

Supplier Information

Number of Suppliers
1
Supplier Name

MCCARTAN MULDOON ARCHITECTS

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-033249-2022-04-29T14:52:47+01:00",
    "date": "2022-04-29T14:52:47+01:00",
    "ocid": "ocds-h6vhtk-033249",
    "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 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. 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": "2926458",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "71220000",
            "description": "Architectural design services"
        },
        "mainProcurementCategory": "services",
        "description": "This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, Stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is Stage 0 Strategic Definition, Stage 1 Preparation and Brief and Stage 2 Concept Design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites etc. Specific Employer Tasks are provided in the tender documentation Scope of Service Annex A - currently provided in draft for information purposes. The contract will operate for a period of two years with the option for the Employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of one year each up to a maximum of four years.",
        "lots": [
            {
                "id": "1",
                "description": "This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, Stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is Stage 0 Strategic Definition, Stage 1 Preparation and Brief and Stage 2 Concept Design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites etc. Specific Employer Tasks are provided in the tender documentation Scope of Service Annex A - currently provided in draft for information purposes. The contract will operate for a period of two years with the option for the Employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of one year each up to a maximum of four years.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "name": "Price",
                            "type": "cost",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "coveredBy": [
            "GPA"
        ],
        "reviewDetails": "Precise information on deadline(s) for review procedures: This procurement is governed by the Public Contract 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 duty owned 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 required 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 to 3 months where the court considers that there is a good reason for doing so)."
    },
    "awards": [
        {
            "id": "011180-2022-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-51623",
                    "name": "MCCARTAN MULDOON ARCHITECTS LTD"
                }
            ]
        }
    ],
    "parties": [
        {
            "id": "GB-FTS-51622",
            "name": "The Executive Office",
            "identifier": {
                "legalName": "The Executive Office",
                "id": "Castle Buildings Stormont Estate"
            },
            "address": {
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT4 3G",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "constructinfofinance-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": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-51623",
            "name": "MCCARTAN MULDOON ARCHITECTS LTD",
            "identifier": {
                "legalName": "MCCARTAN MULDOON ARCHITECTS LTD"
            },
            "address": {
                "streetAddress": "McCartan Muldoon Architects, Studio 1, The Marina Centre, 135A Shore Road",
                "locality": "Ballyronan, Magherafelt",
                "region": "UK",
                "postalCode": "BT45 6JA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 02879418866",
                "email": "kevin@mccartanmuldoonarchitects.com",
                "faxNumber": "+44 02879418899"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-51624",
            "name": "Department of Finance, Construction Procurement Delivery, Procurement Operations Branch",
            "identifier": {
                "legalName": "Department of Finance, Construction Procurement Delivery, Procurement Operations Branch"
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-51622",
        "name": "The Executive Office"
    },
    "contracts": [
        {
            "id": "011180-2022-1-1",
            "awardID": "011180-2022-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 90507,
                "currency": "GBP"
            },
            "dateSigned": "2022-04-29T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 13
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 13
            }
        ]
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:307323-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}