Notice Information
Notice Title
Appointment of a Project Manager led ICT for BRCD - The Gobbins
Notice Description
Mid and East Antrim Borough Council (MEABC) wish to appoint a single Economic Operator to provide a Project Manager led Integrated Consultant Team (ICT) in relation to the design and delivery of The Gobbins - Phase 2, Islandmagee, Larne Northern Ireland. The Gobbins is an internationally unique coastal path located in Islandmagee, Larne, it was a Victorian engineering feat when it first opened to the public in 1902. In its heyday, claims to have provided some 3km of pathway and it was reported to have attracted more visitors than the Giant's Causeway, but in subsequent years fell into disuse, The Gobbins closed in 1954. The restoration of The Gobbins in 2015 saw The Gobbins Coastal and Cliff Path Phase I project complete works that opened just over 1km of the cliff face coastal path and a similar length of cliff top path and a Visitor Centre. The Gobbins Phase II project aims to address capacity issues, principally by introducing a looped walk that connects the coastal path to the cliff top path, meaning that visitors do not have to return along the same path by creating a loped route. The development will unlock the potential of The Gobbins, significantly increasing. The proposal for the project will include the following key elements; * Element 1 - Ingress Structure * Element 2 - Welcome Hub * Element 3 - Virtual Reality Digital Enhancement at the existing Visitor Centre * Element 4 - Refurbishment of Cliff Top Path Network * Element 5 - Visitor Servicing The Economic Operator will be appointed under the NEC4 Professional Service Contract 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 chosen route for the procurement of the IST is a traditional route, with fully designed and specified package, prior to issuing of the construction Phase tender package. Following the procurement and appointment of the IST the Economic Operator shall undertake the management of the IST on behalf of the Employer.
Lot Information
Lot 1
MEABC is using the Restricted procedure pursuant to Regulation 28 of the Public Contract Regulations 2015. MEABC wishes to make a single appointment to provide the services of and Integrated Consultancy Team (ICT) to design, provide tender documentation and Project Manager the Project through the life span of the project. The ICT should have a proven record of successful project delivery through the provision of high quality professional, project management, architecture, cost management, engineering and other associated services necessaryto successfully deliver the Gobbins Phase 2 Project. The ICT will develop the existing conceptual designs through RIBA Stages 2 to 7, procure and manage the necessary investigation, studies and reports, deveop detailed and technical designs, engage with statutory bodies and obtaining the necessary approvals including full planning permission. The ICT will develop the procurement strategy for the appointment of the IST, and in turn the PQQ and ITT documentation for the IST engagement. the ICT will then administer the IST contract through the construction phase, until the end of the defects period and conclusion of the final account. The Economic Operator will be appointed under the NEC4 Professional Sevice Contract and shall provide the professional services applicable to RIBA plan of work (2020) Stages 2-7 and as specified in the PQQ and ITT documents.The chosen route for the procurement of the IST is a Traditional route, with fully designed and specified package, prior to issuing of the construction Phase tender package. Following the procurement and appointment of the IST the economic Operator shall undertake the management of the IST on behalf of the Employer.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0396e7
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/011145-2023
- 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
71230000 - Organisation of architectural design contests
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71324000 - Quantity surveying services
71332000 - Geotechnical engineering services
71541000 - Construction project management services
Notice Value(s)
- Tender Value
- £750,000 £500K-£1M
- Lots Value
- £750,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 18 Apr 20232 years ago
- Submission Deadline
- 12 May 2023Expired
- Future Notice Date
- 6 Feb 2023Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MID AND EAST ANTRIM BOROUGH COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@midandeastantrim.gov.uk
- Contact Phone
- +44 2825633165
Buyer Location
- Locality
- BALLYMENA
- Postcode
- BT42 1AB
- 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
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-0396e7-2023-04-18T16:25:30+01:00",
"date": "2023-04-18T16:25:30+01:00",
"ocid": "ocds-h6vhtk-0396e7",
"initiationType": "tender",
"tender": {
"id": "T415",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Appointment of a Project Manager led ICT for BRCD - The Gobbins",
"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 a single Economic Operator to provide a Project Manager led Integrated Consultant Team (ICT) in relation to the design and delivery of The Gobbins - Phase 2, Islandmagee, Larne Northern Ireland. The Gobbins is an internationally unique coastal path located in Islandmagee, Larne, it was a Victorian engineering feat when it first opened to the public in 1902. In its heyday, claims to have provided some 3km of pathway and it was reported to have attracted more visitors than the Giant's Causeway, but in subsequent years fell into disuse, The Gobbins closed in 1954. The restoration of The Gobbins in 2015 saw The Gobbins Coastal and Cliff Path Phase I project complete works that opened just over 1km of the cliff face coastal path and a similar length of cliff top path and a Visitor Centre. The Gobbins Phase II project aims to address capacity issues, principally by introducing a looped walk that connects the coastal path to the cliff top path, meaning that visitors do not have to return along the same path by creating a loped route. The development will unlock the potential of The Gobbins, significantly increasing. The proposal for the project will include the following key elements; * Element 1 - Ingress Structure * Element 2 - Welcome Hub * Element 3 - Virtual Reality Digital Enhancement at the existing Visitor Centre * Element 4 - Refurbishment of Cliff Top Path Network * Element 5 - Visitor Servicing The Economic Operator will be appointed under the NEC4 Professional Service Contract 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 chosen route for the procurement of the IST is a traditional route, with fully designed and specified package, prior to issuing of the construction Phase tender package. Following the procurement and appointment of the IST the Economic Operator shall undertake the management of the IST on behalf of the Employer.",
"lots": [
{
"id": "1",
"description": "MEABC is using the Restricted procedure pursuant to Regulation 28 of the Public Contract Regulations 2015. MEABC wishes to make a single appointment to provide the services of and Integrated Consultancy Team (ICT) to design, provide tender documentation and Project Manager the Project through the life span of the project. The ICT should have a proven record of successful project delivery through the provision of high quality professional, project management, architecture, cost management, engineering and other associated services necessaryto successfully deliver the Gobbins Phase 2 Project. The ICT will develop the existing conceptual designs through RIBA Stages 2 to 7, procure and manage the necessary investigation, studies and reports, deveop detailed and technical designs, engage with statutory bodies and obtaining the necessary approvals including full planning permission. The ICT will develop the procurement strategy for the appointment of the IST, and in turn the PQQ and ITT documentation for the IST engagement. the ICT will then administer the IST contract through the construction phase, until the end of the defects period and conclusion of the final account. The Economic Operator will be appointed under the NEC4 Professional Sevice Contract and shall provide the professional services applicable to RIBA plan of work (2020) Stages 2-7 and as specified in the PQQ and ITT documents.The chosen route for the procurement of the IST is a Traditional route, with fully designed and specified package, prior to issuing of the construction Phase tender package. Following the procurement and appointment of the IST the economic Operator shall undertake the management of the IST on behalf of the Employer.",
"status": "active",
"value": {
"amount": 750000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2160
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 6
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71230000",
"description": "Organisation of architectural design contests"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy 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": "71332000",
"description": "Geotechnical engineering services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
}
],
"deliveryAddresses": [
{
"region": "UKN0F"
},
{
"region": "UKN0F"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-02-06T00:00:00Z",
"atypicalToolUrl": "https://e-sourcingni.bravosolution.co.uk"
},
"coveredBy": [
"GPA"
],
"value": {
"amount": 750000,
"currency": "GBP"
},
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://e-sourcingni.bravosolution.co.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Please refer to ITT and PQQ Documentation In accordance with Regulations 57, 58 and 60 of the Public Contracts Regulations 2015, suppliers will be assessed in accordance with the Public Contracts 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"
]
},
{
"type": "economic",
"description": "Please refer to ITT and PQQ Documentation",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Please refer to ITT and PQQ Documentation",
"appliesTo": [
"supplier"
]
}
]
},
"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."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2023-05-12T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2023-07-03T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"hasRecurrence": false,
"amendments": [
{
"id": "1",
"unstructuredChanges": [
{
"newValue": {
"text": "Envisaged number of operators: 6 Objective criteria for choosing the limited number of candidates: MEABC intends to invite 6 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 6th place, then all Economic Operators in 6th 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": {
"text": "There is no restriction to the period of validity of the tender, which shall remain open for consideration unless withdrawn."
},
"where": {
"section": "IV.2.6"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71230000",
"description": "Organisation of architectural design contests"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"classifications": [
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
}
]
},
"where": {
"section": "II.2.2"
}
},
{
"newValue": {
"text": "MEABC is using the Restricted procedure for the procurement of an Economic Operator pursuant to Regulation 28 of the Public Contract Regulations 2015. MEABC wishes to make a single appointment of an Economic Operator to provide the services of an Integrated Consultancy Team (ICT) to design, provide tender documentation and Project manager the contract through the life span of the project. The ICT should have a proven track record of successful project delivery through the provision of high-quality professional project management, architecture, cost management, engineering and other associated services necessary to successfully deliver The Gobbins Phase 2 Project. The ICT will develop the existing conceptual designs through RIBA Stages 2-7, procure and manage the necessary investigation, studies and reports, develop detailed and technical designs, engage with statutory bodies and obtaining the necessary approvals including full planning permission. The ICT will also develop the procurement strategy for the appointment of the IST, and in turn the PQQ and ITT documentation for the IST engagement. The ICT will then administer the IST contract through the construction phase, until the end of the defects period and conclusion of the final account."
},
"where": {
"section": "II.2.4"
}
},
{
"newValue": {
"text": "Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract."
},
"where": {
"section": "III.2.3"
}
},
{
"newValue": {
"text": "This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award decision before the contract is entered into. Any proceedings relating to any perceived noncompliance with the relevant law must be stated within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had risen. (A court may extend the time limit to 3 months, where the court considers that there is good reason for doing so)."
},
"where": {
"section": "VI.1.4.3"
}
},
{
"oldValue": {
"text": "MID AND EAST ANTRIM COUNCIL BALLYMENA"
},
"newValue": {
"text": "High Court of Northern Ireland, Royal Courts of Justice, Chichester Street, Belfast, BT1 3JF"
},
"where": {
"section": "VI.1.4.1"
}
},
{
"newValue": {
"text": "Economic Operators who have not already expressed their interest in the Project Managed led ICT for The Gobbins Phase 2 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 above. The Economic Operator is to be appointed under the NEC4 professional service contract (as appropriately amended). The Gobbins Phase 2 is a focus for improving tourism in the local economy. The Economic Operator appointed will be required to address Social Value through both the ICT and IST stages for the development of the project. 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."
},
"where": {
"section": "VI.1.3"
}
},
{
"newValue": {
"text": "Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used"
},
"where": {
"section": "VI.1.2"
}
}
]
}
]
},
"parties": [
{
"id": "GB-FTS-40721",
"name": "Mid and East Antrim Borough Council",
"identifier": {
"legalName": "Mid and East Antrim Borough Council"
},
"address": {
"streetAddress": "Ardeevin, 80 Galmorgan Road",
"locality": "Ballymena",
"region": "UKN0F",
"postalCode": "BT42 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "procurement@midandeastantrim.gov.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-79733",
"name": "Mid and East Antrim Borough Council",
"identifier": {
"legalName": "Mid and East Antrim Borough Council"
},
"address": {
"streetAddress": "The Braid, Ballymena Town Hall 1-29 Bridge Street",
"locality": "Ballymena",
"region": "UKN0F",
"postalCode": "BT43 5Ej",
"countryName": "United Kingdom"
},
"contactPoint": {
"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-41510",
"name": "Mid and East Antrim Council",
"identifier": {
"legalName": "Mid and East Antrim Council"
},
"address": {
"locality": "Ballymena",
"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": {
"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",
"links": [
{
"rel": "canonical",
"href": "https:\\www.midandeastantrim.gov.uk"
}
]
}