Notice Information
Notice Title
Lisanelly Shared Educational Campus Phase 2 (Strule) -- Services Contract for an Integrated Consultant Team
Notice Description
Lot Information
Lot 1
II.2.4) Description of the procurement at the time of conclusion of the contract: (nature and quantity of works, supplies or services) Department of Education (DE), the Contracting Authority is delivering what was known as the Lisanelly (and now known as the Strule) Shared Education Campus. This is a landmark project providing a bespoke state of the art facility to deliver post primary school education in Omagh. The Strule Programme involves the relocation of 5 post primary schools and 1 special school in Omagh onto one purpose built campus site with shared facilities incorporating sports, the arts, media, home economics, design and technology. The programme has a complex stakeholder matrix which requires a comprehensive stakeholder management plan. Phase 1 of Strule entailed the delivery of the Arvalee Special School. Phase 2 will encompass the relocation of the 5 post primary schools onto the campus, the provision of sports/leisure facilities, the provision of a shared educational centre and other associated facilities and site development works over c.140 acres. The estimated construction works value at the outset was in the order of GBP 150 000 000. DE sought to appoint (and did appoint) an Economic Operator to provide the services of a Project Management led Integrated Consultancy Team (ICT) for Phase 2 of Strule to include, architecture, cost management, engineering and other associated construction professionals in related disciplines. The ICT was required to develop the existing exemplar design for the campus to RIBA plan of work 2013 Stage 3, to undertake associated studies and surveys and to acquire necessary planning permissions. The ICT was to provide a Technical Advisory role for the development of the Employer's Requirements, procurement and contract management of an Integrated Supply Team (IST) for number of separate construction packages.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04a416
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/031154-2024
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71220000 - Architectural design services
71240000 - Architectural, engineering and planning services
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71313000 - Environmental engineering consultancy services
71324000 - Quantity surveying services
71330000 - Miscellaneous engineering services
71520000 - Construction supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
71541000 - Construction project management services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £9,285,835 £1M-£10M
Notice Dates
- Publication Date
- 30 Sep 20241 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- Not specified
- Award Date
- 20 Nov 201510 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Not Specified
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DEPARTMENT OF EDUCATION NI
- Contact Name
- Not specified
- Contact Email
- construct.info@finance-ni.gov.uk
- Contact Phone
- +44 2890816555
Buyer Location
- Locality
- BANGOR
- Postcode
- BT19 7PR
- 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)
- TLN09 Ards and North Down
- Delivery Location
- Not specified
-
- Local Authority
- Ards and North Down
- Electoral Ward
- Ballygrainey
- Westminster Constituency
- North Down
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-04a416-2024-09-30T11:46:10+01:00",
"date": "2024-09-30T11:46:10+01:00",
"ocid": "ocds-h6vhtk-04a416",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04a416",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Lisanelly Shared Educational Campus Phase 2 (Strule) -- Services Contract for an Integrated Consultant Team",
"classification": {
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
"mainProcurementCategory": "services",
"lots": [
{
"id": "1",
"description": "II.2.4) Description of the procurement at the time of conclusion of the contract: (nature and quantity of works, supplies or services) Department of Education (DE), the Contracting Authority is delivering what was known as the Lisanelly (and now known as the Strule) Shared Education Campus. This is a landmark project providing a bespoke state of the art facility to deliver post primary school education in Omagh. The Strule Programme involves the relocation of 5 post primary schools and 1 special school in Omagh onto one purpose built campus site with shared facilities incorporating sports, the arts, media, home economics, design and technology. The programme has a complex stakeholder matrix which requires a comprehensive stakeholder management plan. Phase 1 of Strule entailed the delivery of the Arvalee Special School. Phase 2 will encompass the relocation of the 5 post primary schools onto the campus, the provision of sports/leisure facilities, the provision of a shared educational centre and other associated facilities and site development works over c.140 acres. The estimated construction works value at the outset was in the order of GBP 150 000 000. DE sought to appoint (and did appoint) an Economic Operator to provide the services of a Project Management led Integrated Consultancy Team (ICT) for Phase 2 of Strule to include, architecture, cost management, engineering and other associated construction professionals in related disciplines. The ICT was required to develop the existing exemplar design for the campus to RIBA plan of work 2013 Stage 3, to undertake associated studies and surveys and to acquire necessary planning permissions. The ICT was to provide a Technical Advisory role for the development of the Employer's Requirements, procurement and contract management of an Integrated Supply Team (IST) for number of separate construction packages.",
"contractPeriod": {
"durationInDays": 3030
}
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71311000",
"description": "Civil engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71330000",
"description": "Miscellaneous engineering services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Omagh, Northern Ireland."
},
"relatedLot": "1"
}
]
},
"awards": [
{
"id": "031154-2024-7182-2016-1",
"relatedLots": [
"1"
],
"title": "Lisanelly Shared Educational Campus (Strule) Phase 2 -- Services Contract for an Integrated Consultant Team",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-125511",
"name": "WYG"
},
{
"id": "GB-FTS-125512",
"name": "WYG"
},
{
"id": "GB-FTS-125513",
"name": "WYG"
}
]
}
],
"parties": [
{
"id": "GB-FTS-125510",
"name": "Department of Education NI",
"identifier": {
"legalName": "Department of Education NI"
},
"address": {
"streetAddress": "Strule Programme Management Rathgale House Ballo Road",
"locality": "Bangor",
"region": "UKN",
"postalCode": "BT19 7PR",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890816555",
"email": "construct.info@finance-ni.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://etendersni.gov.uk/epps",
"buyerProfile": "https://etendersni.gov.uk/epps"
}
},
{
"id": "GB-FTS-125511",
"name": "WYG",
"identifier": {
"legalName": "WYG"
},
"address": {
"streetAddress": "1 Locksley Business Park, Montgomery Road",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT6 9UP",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "ireland@tetratech.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.wyg.com/",
"scale": "large"
}
},
{
"id": "GB-FTS-125512",
"name": "WYG",
"identifier": {
"legalName": "WYG"
},
"address": {
"locality": "Belfast",
"region": "UK",
"postalCode": "BT69UP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890706000",
"email": "ireland@tetratech.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.wyg.com/",
"scale": "large"
}
},
{
"id": "GB-FTS-125513",
"name": "WYG",
"identifier": {
"legalName": "WYG"
},
"address": {
"streetAddress": "1 Locksley Business Park, Montgomery Road",
"locality": "Belfast",
"region": "UK",
"postalCode": "BT69UP",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890706000",
"email": "ireland@tetratech.com"
},
"roles": [
"supplier"
],
"details": {
"url": "https://www.wyg.com/",
"scale": "large"
}
},
{
"id": "GB-FTS-125514",
"name": "CPD Procurement Operations",
"identifier": {
"legalName": "CPD Procurement Operations"
},
"address": {
"streetAddress": "303 Airport Road",
"locality": "Belfast",
"postalCode": "BT422DT",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "Construct.info@finance-ni.gov.uk"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
},
{
"id": "GB-FTS-119564",
"name": "RICS Dispute Resolution Service",
"identifier": {
"legalName": "RICS Dispute Resolution Service"
},
"address": {
"streetAddress": "12 Great George Street,",
"locality": "London",
"postalCode": "SW1P 3AD",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "contactrics@rics.org"
},
"roles": [
"mediationBody"
]
}
],
"buyer": {
"id": "GB-FTS-125510",
"name": "Department of Education NI"
},
"contracts": [
{
"id": "031154-2024-7182-2016-1",
"awardID": "031154-2024-7182-2016-1",
"title": "Lisanelly Shared Educational Campus (Strule) Phase 2 -- Services Contract for an Integrated Consultant Team",
"status": "active",
"value": {
"amount": 9285835.25,
"currency": "GBP"
},
"dateSigned": "2015-11-20T00:00:00Z",
"period": {
"durationInDays": 3600
},
"items": [
{
"id": "1",
"classification": {
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71220000",
"description": "Architectural design services"
},
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71324000",
"description": "Quantity surveying services"
},
{
"scheme": "CPV",
"id": "71541000",
"description": "Construction project management services"
},
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
},
{
"scheme": "CPV",
"id": "71312000",
"description": "Structural engineering consultancy services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
}
],
"deliveryAddresses": [
{
"region": "UK"
}
],
"deliveryLocation": {
"description": "Omagh,Northern Ireland"
},
"relatedLot": "1"
}
],
"amendments": [
{
"id": "1",
"description": "Nature and extent of the modifications (with indication of possible earlier changes to the contract): During the management of this contact it has been necessary to administer a number of variations associated with design, planning, contamination and ordnance management. Given the complex stakeholder arrangements, the programme for the agreement and approvals of the developed design was prolonged. Significant statutory consultation was also required in completing the reserved matters planning application. Areas of unforeseen contamination on the site had to be addressed in a controlled manner to render the site fit for use which included the management of a significant amount of concealed ordnance. These matters required the ICT to carry out additional investigations and supervision of all the necessary works and over a longer period than originally anticipated. Variations to the contact have also been necessary for extended supervision of the enabling works contract which experienced significant delay due to unforeseen ground conditions. The ICT's supervision role has been modified to encompass the extended duration of these works. The procurement exercise for the Main Works Contract has also experienced unprecedented issues. These resulted in the Contracting Authority suspending the Main Works Contract procurement in February 2018. It then undertook a reappraisal of the business case and procurement strategy, which required Executive and Ministerial consideration prior to implementation. This process was prolonged due to the collapse of the Stormont Executive, and later the impact of Covid-19. The Contracting Authority commenced a new competition in December 2021, to identify a suitable contractor to carry out the construction works. Although assisting the Contracting Authority to procure an IST was part of the ICT's original contract, the need to commence a second fresh IST procurement resulted in the ICT having to provide additional services. The Main Works Contract has now been entered into and the ICT will be required to manage and supervise the works to completion. The scope of ICT services for management of the Main Works Contract is largely as per the ICT's original contract, although some adjustment will be necessary to accommodate the time shift from the initial programme for delivery of the project. All modifications to date are considered to be permitted by reg.72 PCR. All modifications are considered to be permitted by reg.72 PCR and the below modifications are considered to be permitted by reg.72(1)(b): Inflation adjustment to completion PS1,170,840.28 Contingency PS415,000. This notice is therefore also notice of these two modifications as per reg.72(3) None of the modifications to the contract exceeds 50% of the value of the original contract.",
"rationale": "Need for additional works, services or supplies by the original contractor/concessionaire: As set out above, additional work was required to complete various elements of the contract. As a result a modification to the contract is required to allow for the completion of the contract in line with the original Scope of Service for the procurement. A change of ICT at this crucial stage of project delivery would cause; * significant inconvenience; * substantial duplication of costs; * a difficult, costly and time-consuming process for another economic operator to take on the design work; * loss of project knowledge; * delays for a new ICT to get familiar with the project; * delays to the Main Works Contract; * increased costs of delivery; * impact on political and stakeholder confidence and agreements. * requirement to reappraise financial and budget approvals that have been granted by the Executive. Additional delays are contrary to the public interest. The regeneration of the subject schools has widespread cross-community support. Please refer to VEAT Notice Annex D Part 3."
}
]
}
],
"links": [
{
"rel": "prev",
"href": "https://ted.europa.eu/udl?uri=TED:NOTICE:007182-2016:TEXT:EN:HTML"
}
],
"language": "en"
}