Tender

www.midandeastantrim.gov.uk

MID AND EAST ANTRIM BOROUGH COUNCIL

This public procurement record has 4 releases in its history.

TenderUpdate

18 Apr 2023 at 15:30

Tender

05 Apr 2023 at 13:49

TenderUpdate

14 Nov 2022 at 16:55

Planning

11 Nov 2022 at 15:25

Summary of the contracting process

Mid and East Antrim Borough Council (MEABC) is seeking an Economic Operator to provide a Project Manager-led Integrated Consultant Team for the i4C Innovation and Cleantech Centre at the St Patrick's Barracks regeneration site in Ballymena. The project involves the design and delivery of a 7,000 m2 building to support innovation activities. MEABC aims to appoint the Economic Operator under the NEC4 Professional Service Contract. The procurement method selected is a Design and Build route, with the tender expected to commence in July 2023. The overall project includes the development of a Civic Events Space adjacent to the i4C Centre.

This tender opportunity by MEABC for the i4C Centre project presents avenues for business growth, particularly for firms involved in architectural, construction, engineering, and inspection services. Competing businesses should be prepared for a competitive procurement process, which includes a selective procedure to shortlist potential candidates based on predefined criteria. The engagement of an Economic Operator for this venture offers opportunities for delivering sustainable and innovative solutions in the realm of clean technology, aligning with social regeneration goals set by MEABC for the i4C Centre.

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

www.midandeastantrim.gov.uk

Notice Description

Mid and East Antrim Borough Council (MEABC) wish to appoint an Economic Operator to provide a Project Manager led Integrated Consultant Team (ICT) in relation to the design and delivery of the i4C Innovation and Cleantech Centre at the St Patrick's Barracks regeneration site in Ballymena. The St Patrick's Barracks site is one of four former military sites transferred to the NI Executive as part of the (2010) Hillsborough Agreement. The Northern Ireland Government Department for Communities (DfC) now owns the site and is leading on a programme of development to transform this area of Ballymena. MEABC is working with a number of key strategic partners to deliver the St Patrick's Barracks Regeneration Project (including development and operation of the i4C Innovation and Cleantech Centre). These include Radius Housing, Northern Regional College, Police Service of Northern Ireland as well as the Northern Ireland Government Departments for Infrastructure (DfI), for Communities (DfC) and the Construction Procurement and Delivery (CPD) section of the Department of Finance (DoF). The Economic Operator will be required to work with the key strategic partners. The proposed i4C Centre is a new 7,000 m2 building that will form a physical hub to support future innovation activity in Mid and East Antrim and future clean technology needs across Northern Ireland (NI). The Economic Operator will be appointed under the NEC4 Professional Service Contract (as appropriately amended) and shall provide the professional services applicable to RIBA Plan of Work (2020) Stages 2 to 7 and as specified in the PQQ and ITT documents. The new building is to have a BREEAM Excellent rating. A Design and Build procurement route has been selected for the delivery of the i4C Centre. The ICT shall develop the design of the centre through RIBA Plan of Work (2020) Stages 2 and 3. MEABC (with support of the ICT) shall subsequently procure (via a competitive procurement procedure) an Integrated Supplier Team (IST) to complete the design and delivery the i4C Centre throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the procurement and appointment of the IST, the Economic Operator shall undertake the management of the IST on behalf of MEABC and continue to advise MEABC as required in relation to the delivery of the i4C centre. MEABC also wish to develop a Civic Events Space adjacent to the i4C Centre. It is expected that MEABC will have achieved planning permission for the Civic Events Space by the time this ICT appointment has been made. The PM led ICT from this appointment may also be asked to develop the design of the Civic Events Space and include it within the IST Works Information for delivery along with the i4C Innovation and Cleantech Centre. The term of contract for engagement of the Project Manager led ICT is anticipated to begin in October 2023 and end on expiry of the defects period set out in the IST construction contract (which MEABC currently intend to expire in August 2028). The construction period is anticipated to take 18 months (currently intended to commence in February 2026). The construction period and date of commencement are subject to change and may vary upon completion of the design phase. The design of the i4C Centre will have a focus on sustainability. The new building is to have a BREEAM Excellent rating and the ICT will also be required to undertake and report on Net Zero Carbon feasibility. The i4C Centre is a focus for social regeneration. The Economic Operator appointed will be required to address Social Value through both the ICT and IST stages for the development of the i4C Centre. For a complete description of this procurement please refer to the Pre-Qualification Questionnaire documents.

Lot Information

Lot 1

MEABC is using the Restricted procedure for the procurement of an Economic Operator pursuant to Regulation 28 of the Public Contract Regulations 2015. Please refer to section II.1.4 for further details. Appointment of Project Manager led Integrated Consultancy Team. The Economic Operator will provide a combination of project management; architectural; quantity surveying; civil and structural engineering; building; mechanical, electrical and plumbing engineering; landscape architecture; CDM advice; planning; environmental engineering services. The consultancy services may be delivered with services from one, some or all the following disciplines/discipline groups, and other building construction consultancy related groups that may include, but are not limited to: - Project Management, -Architectural Design, -Design Consultancy, -Construction Consultancy, -Building Consultancy, - Civil and Structural Engineering, - Mechanical, Electrical and Plumbing Engineering, -Quantity Surveying, -Planning, -Environmental Engineering, -Clerk of Works, -CDM Advice, -Landscape Architecture, -Archaeology, -any other consultancy services that may improve the quality, cost or efficiency to a design, construction activity, building or adjacent ground. Architecture, construction, engineering and inspection services: A range of architecture, construction, engineering and inspection services for a new building and its adjacent grounds, excluding conservational architectural services. The services required may include, but are not limited to: - leading and managing project teams; - stakeholder management; - communication, information and management protocols; - quality management; - audits, including quality audits; - resource advice, administration and management; - cost, programme, critical path, risk, quality and change management; - project outcomes, support, management and documentation; - design, analysis, feasibility; - integration and flow of design information; - planning, development and scheduling; - business case development; - Principal Designer; - Building Information Modelling (BIM); - BIM management; - Environmental aspects such as vibration, light, acoustic, water quality, air quality, habitat, vegetation, rot, damp, contamination, embodied carbon; - cost consulting, analysis, measuring and project budget; - value engineering, value surveying, value management; - valuations, measurement and remeasurement, benchmarking, billing; - construction and maintenance advice, energy efficiency advice, general project advice and support; - appraisals, reports, recommendations; - surveys, investigations, studies and strategies; - inspection and assessment; - interpretation and reporting; - testing, certification; - briefing on CDM obligations; - Principal Designer and designer audits; - health and safety document management; - preparing and submitting notifications of construction projects to HSE; - site safety inspections and audits; - producing or reviewing construction plans; - assisting method statement and risk assessment productions; - assisting risk assessments and method statements reviews; - reviewing contractor operations and maintenance manuals; - site and works supervision; - quality checks, material passport management, monitoring and reporting, record keeping; - supporting planning applications; - principal development of planning documents; - asset planning advice, asset feasibility study, asset development work; - options appraisals, project evaluation, impact assessments; - public procurement, contract tendering, scope and specification development, contract administration; - assisting the NEC 4 Service Manager; - post contract support; - assistance at public local inquiry; and - supplement MEABC resource. Please refer to the PQQ and ITT document suite for further details of the Procurement Procedure to be undertaken by MEABC and the services required by MEABC Additional information: The estimated contract value is the estimated maximum total spend by MEABC for the contract duration of 60 months plus 12 months defects period

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0383d6
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/011149-2023
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning 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

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71220000 - Architectural design services

71300000 - Engineering services

71311000 - Civil engineering consultancy services

71311100 - Civil engineering support services

71312000 - Structural engineering consultancy services

71321000 - Engineering design services for mechanical and electrical installations for buildings

71324000 - Quantity surveying services

71420000 - Landscape architectural services

71541000 - Construction project management services

Notice Value(s)

Tender Value
£1,200,000 £1M-£10M
Lots Value
£1,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Apr 20232 years ago
Submission Deadline
14 Apr 2023Expired
Future Notice Date
9 Dec 2022Expired
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
MID AND EAST ANTRIM BOROUGH COUNCIL
Contact Name
Procurement Team M&EA, Procurement Team MEA
Contact Email
procurement@midandeastantrim.gov.uk
Contact Phone
+44 2825633165, +44 2825660393

Buyer Location

Locality
BALLYMENA
Postcode
BT43 5EJ
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)
TLN0F Mid and East Antrim
Delivery Location
TLN0F Mid and East Antrim

Local Authority
Mid and East Antrim
Electoral Ward
Castle Demesne
Westminster Constituency
North 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-0383d6-2023-04-18T16:30:18+01:00",
    "date": "2023-04-18T16:30:18+01:00",
    "ocid": "ocds-h6vhtk-0383d6",
    "initiationType": "tender",
    "tender": {
        "id": "T421",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "www.midandeastantrim.gov.uk",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71000000",
            "description": "Architectural, construction, engineering and inspection services"
        },
        "mainProcurementCategory": "services",
        "description": "Mid and East Antrim Borough Council (MEABC) wish to appoint an Economic Operator to provide a Project Manager led Integrated Consultant Team (ICT) in relation to the design and delivery of the i4C Innovation and Cleantech Centre at the St Patrick's Barracks regeneration site in Ballymena. The St Patrick's Barracks site is one of four former military sites transferred to the NI Executive as part of the (2010) Hillsborough Agreement. The Northern Ireland Government Department for Communities (DfC) now owns the site and is leading on a programme of development to transform this area of Ballymena. MEABC is working with a number of key strategic partners to deliver the St Patrick's Barracks Regeneration Project (including development and operation of the i4C Innovation and Cleantech Centre). These include Radius Housing, Northern Regional College, Police Service of Northern Ireland as well as the Northern Ireland Government Departments for Infrastructure (DfI), for Communities (DfC) and the Construction Procurement and Delivery (CPD) section of the Department of Finance (DoF). The Economic Operator will be required to work with the key strategic partners. The proposed i4C Centre is a new 7,000 m2 building that will form a physical hub to support future innovation activity in Mid and East Antrim and future clean technology needs across Northern Ireland (NI). The Economic Operator will be appointed under the NEC4 Professional Service Contract (as appropriately amended) and shall provide the professional services applicable to RIBA Plan of Work (2020) Stages 2 to 7 and as specified in the PQQ and ITT documents. The new building is to have a BREEAM Excellent rating. A Design and Build procurement route has been selected for the delivery of the i4C Centre. The ICT shall develop the design of the centre through RIBA Plan of Work (2020) Stages 2 and 3. MEABC (with support of the ICT) shall subsequently procure (via a competitive procurement procedure) an Integrated Supplier Team (IST) to complete the design and delivery the i4C Centre throughout all remaining RIBA Plan of Work (2020) Stages 4 to 7. Following the procurement and appointment of the IST, the Economic Operator shall undertake the management of the IST on behalf of MEABC and continue to advise MEABC as required in relation to the delivery of the i4C centre. MEABC also wish to develop a Civic Events Space adjacent to the i4C Centre. It is expected that MEABC will have achieved planning permission for the Civic Events Space by the time this ICT appointment has been made. The PM led ICT from this appointment may also be asked to develop the design of the Civic Events Space and include it within the IST Works Information for delivery along with the i4C Innovation and Cleantech Centre. The term of contract for engagement of the Project Manager led ICT is anticipated to begin in October 2023 and end on expiry of the defects period set out in the IST construction contract (which MEABC currently intend to expire in August 2028). The construction period is anticipated to take 18 months (currently intended to commence in February 2026). The construction period and date of commencement are subject to change and may vary upon completion of the design phase. The design of the i4C Centre will have a focus on sustainability. The new building is to have a BREEAM Excellent rating and the ICT will also be required to undertake and report on Net Zero Carbon feasibility. The i4C Centre is a focus for social regeneration. The Economic Operator appointed will be required to address Social Value through both the ICT and IST stages for the development of the i4C Centre. For a complete description of this procurement please refer to the Pre-Qualification Questionnaire documents.",
        "value": {
            "amount": 1200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "MEABC is using the Restricted procedure for the procurement of an Economic Operator pursuant to Regulation 28 of the Public Contract Regulations 2015. Please refer to section II.1.4 for further details. Appointment of Project Manager led Integrated Consultancy Team. The Economic Operator will provide a combination of project management; architectural; quantity surveying; civil and structural engineering; building; mechanical, electrical and plumbing engineering; landscape architecture; CDM advice; planning; environmental engineering services. The consultancy services may be delivered with services from one, some or all the following disciplines/discipline groups, and other building construction consultancy related groups that may include, but are not limited to: - Project Management, -Architectural Design, -Design Consultancy, -Construction Consultancy, -Building Consultancy, - Civil and Structural Engineering, - Mechanical, Electrical and Plumbing Engineering, -Quantity Surveying, -Planning, -Environmental Engineering, -Clerk of Works, -CDM Advice, -Landscape Architecture, -Archaeology, -any other consultancy services that may improve the quality, cost or efficiency to a design, construction activity, building or adjacent ground. Architecture, construction, engineering and inspection services: A range of architecture, construction, engineering and inspection services for a new building and its adjacent grounds, excluding conservational architectural services. The services required may include, but are not limited to: - leading and managing project teams; - stakeholder management; - communication, information and management protocols; - quality management; - audits, including quality audits; - resource advice, administration and management; - cost, programme, critical path, risk, quality and change management; - project outcomes, support, management and documentation; - design, analysis, feasibility; - integration and flow of design information; - planning, development and scheduling; - business case development; - Principal Designer; - Building Information Modelling (BIM); - BIM management; - Environmental aspects such as vibration, light, acoustic, water quality, air quality, habitat, vegetation, rot, damp, contamination, embodied carbon; - cost consulting, analysis, measuring and project budget; - value engineering, value surveying, value management; - valuations, measurement and remeasurement, benchmarking, billing; - construction and maintenance advice, energy efficiency advice, general project advice and support; - appraisals, reports, recommendations; - surveys, investigations, studies and strategies; - inspection and assessment; - interpretation and reporting; - testing, certification; - briefing on CDM obligations; - Principal Designer and designer audits; - health and safety document management; - preparing and submitting notifications of construction projects to HSE; - site safety inspections and audits; - producing or reviewing construction plans; - assisting method statement and risk assessment productions; - assisting risk assessments and method statements reviews; - reviewing contractor operations and maintenance manuals; - site and works supervision; - quality checks, material passport management, monitoring and reporting, record keeping; - supporting planning applications; - principal development of planning documents; - asset planning advice, asset feasibility study, asset development work; - options appraisals, project evaluation, impact assessments; - public procurement, contract tendering, scope and specification development, contract administration; - assisting the NEC 4 Service Manager; - post contract support; - assistance at public local inquiry; and - supplement MEABC resource. Please refer to the PQQ and ITT document suite for further details of the Procurement Procedure to be undertaken by MEABC and the services required by MEABC Additional information: The estimated contract value is the estimated maximum total spend by MEABC for the contract duration of 60 months plus 12 months defects period",
                "status": "active",
                "value": {
                    "amount": 1200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71220000",
                        "description": "Architectural design services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311000",
                        "description": "Civil engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71311100",
                        "description": "Civil engineering support services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71312000",
                        "description": "Structural engineering consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71321000",
                        "description": "Engineering design services for mechanical and electrical installations for buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71324000",
                        "description": "Quantity surveying services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71420000",
                        "description": "Landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71541000",
                        "description": "Construction project management services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0F"
                    },
                    {
                        "region": "UKN0F"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-12-09T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "classifications": [
                                {
                                    "scheme": "CPV",
                                    "id": "71400000",
                                    "description": "Urban planning and landscape architectural services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71500000",
                                    "description": "Construction-related services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71600000",
                                    "description": "Technical testing, analysis and consultancy services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71700000",
                                    "description": "Monitoring and control services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71800000",
                                    "description": "Consulting services for water-supply and waste consultancy"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71900000",
                                    "description": "Laboratory services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "72000000",
                                    "description": "IT services: consulting, software development, Internet and support"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "73000000",
                                    "description": "Research and development services and related consultancy services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "75000000",
                                    "description": "Administration, defence and social security services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "76000000",
                                    "description": "Services related to the oil and gas industry"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "77000000",
                                    "description": "Agricultural, forestry, horticultural, aquacultural and apicultural services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "79000000",
                                    "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "80000000",
                                    "description": "Education and training services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "85000000",
                                    "description": "Health and social work services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "90000000",
                                    "description": "Sewage, refuse, cleaning and environmental services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "92000000",
                                    "description": "Recreational, cultural and sporting services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "98000000",
                                    "description": "Other community, social and personal services"
                                }
                            ]
                        },
                        "newValue": {
                            "classifications": [
                                {
                                    "scheme": "CPV",
                                    "id": "71200000",
                                    "description": "Architectural and related services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71300000",
                                    "description": "Engineering services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71420000",
                                    "description": "Landscape architectural services"
                                },
                                {
                                    "scheme": "CPV",
                                    "id": "71541000",
                                    "description": "Construction project management services"
                                }
                            ]
                        },
                        "where": {
                            "section": "II.2.2"
                        }
                    }
                ]
            },
            {
                "id": "2",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Envisaged number of operators: 5 Objective criteria for choosing the limited number of candidates: MEABC intends to invite 5 candidates to participate in a restricted procedure on the basis of the ranking of candidates at the PQQ stage at which the suppliers responses to the Pre-Qualification Questionnaire will be assessed and scored against criteria set out in the Pre-Qualification Question in accordance with Regulations 19, 57, 58 and 60 of the Public Contract Regulations 2015. Candidates must receive the minimum score against the Pre-Qualification Questionnaire criteria which can be downloaded via eSourcingNI. It is anticipated that the 6 Economic Operators that satisfy the completeness and compliance checks, satisfy the information as to economic and financial standing, do not satisfy the criteria for the rejection of Economic Operators 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 5th place, then all Economic Operators in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th 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 5th place score."
                        },
                        "where": {
                            "section": "IV.1.2"
                        }
                    },
                    {
                        "newValue": {
                            "classifications": [
                                {
                                    "scheme": "CPV",
                                    "id": "71334000",
                                    "description": "Mechanical and electrical engineering services"
                                }
                            ]
                        },
                        "where": {
                            "section": "II.2.2"
                        }
                    },
                    {
                        "newValue": {
                            "date": "2023-05-05"
                        },
                        "where": {
                            "section": "IV.2.2"
                        }
                    },
                    {
                        "newValue": {
                            "date": "2023-06-27"
                        },
                        "where": {
                            "section": "IV.2.3"
                        }
                    },
                    {
                        "newValue": {
                            "text": "There is no restriction to the period of validity of the tender, which shall remain open for consideration unless withdrawn. Refer to X1- inflation within the Clients Contract Data Part 1 for information on price adjustment for inflation."
                        },
                        "where": {
                            "section": "IV.2.6"
                        }
                    }
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://e-sourcingni.bravosolution.co.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, suppliers will be assessed in accordance with the Public Regulations 2015, on the basis of the information provided in response to the Pre-Qualification Questionnaire (which sets out the conditions for participation)",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "MEABC will require the members of any tendering group of entities (including, but not limited to consortium members, members of a group of economic operators and/or subcontractors) to be jointly and severally liable for the performance of the contract, no matter the legal form taken by those entities in order to enter into the contract. For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please refer to the procurement documents. The Economic Operator's performance of this contract will be regularly monitored.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2023-04-14T15:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-05-01T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "reviewDetails": "Review procedures are as set out in the Public Contracts Regulations 2015. Proceedings under the Public Contracts Regulations 2015 are time limited, and any such proceedings must be brought in the High Court of Northern Ireland. Precise information on deadline(s) for lodging appeals: MEABC will incorporate a standstill period at the point information on the award of the contract is notified 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 2015 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 of Northern Ireland."
    },
    "parties": [
        {
            "id": "GB-FTS-22570",
            "name": "MID AND EAST ANTRIM BOROUGH COUNCIL",
            "identifier": {
                "legalName": "MID AND EAST ANTRIM BOROUGH COUNCIL",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "The Braid Ballymena Town Hall,1-29 Bridge Street",
                "locality": "BALLYMENA",
                "region": "UKN0F",
                "postalCode": "BT435EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Team MEA",
                "telephone": "+44 2825633165",
                "email": "Procurement@midandeastantrim.gov.uk",
                "url": "https://e-sourcingni.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.midandeastantrim.gov.uk/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-79670",
            "name": "Mid and East Antrim Borough Council",
            "identifier": {
                "legalName": "Mid and East Antrim Borough Council"
            },
            "address": {
                "streetAddress": "1-29 Bridge Street",
                "locality": "Ballymena",
                "region": "UKN0F",
                "postalCode": "BT42 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Procurement Team M&EA",
                "email": "procurement@midandeastantrim.gov.uk",
                "url": "https://e-sourcingni.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.midandeastantrim.gov.uk",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-79671",
            "name": "High Court of Northern Ireland",
            "identifier": {
                "legalName": "High Court of Northern Ireland"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Chichester Street,",
                "locality": "Belfast",
                "postalCode": "BT1 3JF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-80505",
            "name": "Mid and East Antrim Borough Council",
            "identifier": {
                "legalName": "Mid and East Antrim Borough Council"
            },
            "address": {
                "streetAddress": "The Braid, Ballymena Town Hall",
                "locality": "Ballymena",
                "region": "UKN0F",
                "postalCode": "BT43 5EJ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2825660393",
                "email": "procurement@midandeastantrim.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.midandeastantrim.gov.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-80505",
        "name": "Mid and East Antrim Borough Council"
    },
    "language": "en",
    "description": "Economic Operators who have not already expressed their interest in the Project Managed led ICT for the i4C Centre can still be added to the procurement competition and respond to the Pre-Qualification Questionnaire. Tenderers must be registered on MEABC's e-procurement system https://e-sourcingni.bravosolution.co.uk to participate in this procurement and respond to the pre-Qualification Questionnaire. Submissions are to be submitted online via the secure portal for e-Sourcing NI and if you have any technical questions relating to the portal, please contact the Bravo Solution Supplier Helpdesk on 0800 069 8630 (Monday to Friday 9am to 6pm). Or e-mail help@bravosolution.co.uk. Tenderers are required to read all documentation available throughout all parts of the procurement. Within this Contract Notice MEABC has made available a Memorandum of Information document (which contains key information referred to in sections II.1.4 and II.2.4 of this Notice and further information regarding the service requirements of MEABC and the restricted procedure to be undertaken) and a draft copy of the Invitation to Tender. Full details of the scope and requirements for the opportunity will be set out in the tender documentation to be issued by MEABC which will be available via the portal referred to in section VI.3 above. The Economic Operator is to be appointed under the NEC4 professional service contract (as appropriately amended). The i4C Centre is a focus for social regeneration. The Economic Operator appointed will be required to address Social Value through both the ICT and IST stages for the development of the i4C Centre. For a complete description of this procurement please refer to the Pre-Qualification Questionnaire documents. MEABC 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 for any reason at its absolute discretion; and ii. to make whatever changes it may see fit to the content and structure of the tendering competition in accordance with the Public Contract Regulations 2015 and in no circumstances will MEABC be liable for any costs incurred by Economic Operators or Candidates in relation to the procurement. 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 contract indeed there is no guarantee that any contract will be put in place in relation to this notice. Economic Operators should take part in this process only on the basis that they fully understand and accept this position."
}