Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
Mid and East Antrim Borough Council
The Braid, Ballymena Town Hall 1-29 Bridge Street
Ballymena
BT43 5Ej
UK
Ffôn: +44 2825633165
E-bost: procurement@midandeastantrim.gov.uk
NUTS: UKN0F
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: https://www.midandeastantrim.gov.uk/
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://e-sourcingni.bravosolution.co.uk
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://e-sourcingni.bravosolution.co.uk
Rhaid anfon tendrau neu geisiadau i gymryd rhan i'r cyfeiriad uchod:
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://e-sourcingni.bravosolution.co.uk
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Appointment of a Project Manager led ICT for BRCD - the Gobbins Phase 2
Cyfeirnod: T415 Reissue
II.1.2) Prif god CPV
71000000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
Economic Operator shall provide the services that will see this project developed from it current stage through to full design , obtaining all required approvals, tendering the IST and managing the project through to completion.
The proposal for 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 capacity and making it a completer and more enjoyable visitor experience.
the key elements of this proposal including;
• 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 NEC 4 Professional Service Contract and shall provide 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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 750 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71230000
71311000
71312000
71321000
71324000
71332000
71541000
II.2.3) Man cyflawni
Cod NUTS:
UKN0F
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Nid pris yw’r unig faen prawf dyfarnu a dim ond yn y dogfennau caffael y mae’r holl feini prawf wedi’u nodi
II.2.6) Gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 750 000.00 GBP
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 72
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
Yr isafswm nifer a ragwelir: 6
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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).
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Please refer to ITT and PQQ Documentation
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Please refer to ITT and PQQ Documentation
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.2) Amodau perfformiad contractau
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.
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn gyfyngedig
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-000961
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
12/05/2023
Amser lleol: 12:00
IV.2.3) Dyddiad amcangyfrifedig ar gyfer anfon gwahoddiadau i dendro neu i gymryd rhan at yr ymgeiswyr a ddewiswyd
Dyddiad:
03/07/2023
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Mid and East Antrim Council
Ballymena
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
06/04/2023