loading
  • GB-SW1H 9NB London
  • 27.08.2014
  • Ausschreibung
  • (ID 2-175580)

COM1232 - Northern Estate - Civil and Structural Engineering


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.08.2014, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Objektplanung Gebäude / Tragwerksplanung / Sicherheits-/ Gesundheitsschutz / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    Northern Estate Programme, Design Services, Civil and Structural Engineering, COM1232.
    Expressions of Interest are sought from individual consultancies with heritage and conservation experience and sufficient resources for the design of a Programme of refurbishments for multiple buildings on the Parliamentary Estate.
    The following consultant appointments are required:
    (i) Lead Design Services.
    (ii) Services Engineering (including, mechanical, electrical, public health, data).
    (iii) Civil and Structural Engineering.
    (iv) Health and Safety Consultancy Services.
    (v) Fire Engineering.
    (vi) Security consultancy.
    (vii) Approved Inspector.
    (viii) Lift consultancy.
    This Contract Notice pertains to the appointment of Civil and Structural Engineering consultancy.
    Each consultant appointment will contract separately with the Employer.
    Under the Northern Estate (NE) Programme, Norman Shaw North, Norman Shaw South, 1 Derby Gate, 1-3 Parliament Street, 2 and 4 Canon Row will be refurbished and modernised. The buildings are all listed Grade 1 or Grade 2.
    All require refurbishment over the next 10 years, due largely to the age and fragility of the buildings Mechanical and Electrical services; poor environmental performance; and fire safety shortcomings.
    The House of Commons Department of Facilities is embarking on a large-scale programme for the development of the buildings on its Northern Estate. Three of the Northern Estate buildings are overdue for major refurbishment: Norman Shaw North (NSN), 1 Derby Gate (1DG), and 1 Parliament St (1PS). 1DG and 1PS were last refurbished in 1991. Norman Shaw South (NSS) was refurbished in 2002 and needs less work, but major systems are due for renewal from 2021. NSN was partially refurbished in 2002 but there is a pressing need for remedial and refurbishment work in the building, particularly due to the risk of plant failure.
    The requirements for all these buildings include renewing or replacing aged mechanical and electrical plant; improving environmental performance; and, notably, achieving statutory compliance for fire safety arrangements.
    The key drivers for this programme are compliance and resilience. But the scale of interventions necessary indicate opportunities for wider benefits too, by making better use of the spaces inside the buildings and improving access and circulation routes.
    The programme will therefore explore opportunities for exploiting technology and improving ways of working; and for improving the provision of amenities such as conference facilities.
    There will be strong dependencies between this programme and various Estate-wide programmes including the Engineering Infrastructure Strategy, and the programmes for Fire Safety Improvements and PICT Network Convergence.
    The scale, complexity, and time-bound nature of the NE Programme means it carries significant risk and challenge. It must be robustly managed to best ensure successful delivery, on time, to budget and to specification.
    These interventions will cause significant disruption and will require careful planning around the Parliamentary calendar.
    Delivery of the NE Programme will require whole and/or multiple buildings to be decanted during the works and this Programme.
    The Northern Estate holds space equivalent to approximately 30,000 m² NIA, of which, around 15,300 m² requires refurbishment.
    Preliminary costs for the works are in the order of GBP 200 million and are likely to span a five or six year period from 2016-17 to 2021-22.
    The method under which the works will be procured is yet to be decided upon. The initial appointments will provide the services required to deliver RIBA Stages A to C, and under a GC Works form of contract. Successfully shortlisted applicants will also be invited to tender pricings for Stage D and beyond. The client may terminate an appointment upon completion of Stage C where the emergent procurement method requires an alternative form of contract for delivery of the works.
    Leistungsumfang
    Estimated value excluding VAT: 10 400 000 GBP
    Adresse des Bauherren UK-SW1H 9NB London
    TED Dokumenten-Nr. 257358-2014

  • Anzeigentext Ausschreibung

    maximieren


    • Auftragsbekanntmachung

      Dienstleistungen
      Richtlinie 2004/18/EG

      Abschnitt I: Öffentlicher Auftraggeber

      I.1) Name, Adressen und Kontaktstelle(n)
      Corporate Officer of the House of Commons
      14 Tothill Street
      https://in-tendhost.co.uk/parliamentuk/aspx/Home
      Zu Händen von: Business Support Team
      SW1H 9NB
      London
      VEREINIGTES KÖNIGREICH
      +44 2072191600
      MjExZWVYaDVlVmdhXlZiWmNpI2pg
      +44 2072191600

      Internet-Adresse(n):


      Hauptadresse des öffentlichen Auftraggebers: https://in-tendhost.co.uk/parliamentuk/aspx/Home
      Adresse des Beschafferprofils: https://in-tendhost.co.uk/parliamentuk/aspx/Home
      Weitere Auskünfte erteilen:
      die oben genannten Kontaktstellen

      Ausschreibungs- und ergänzende Unterlagen (einschließlich Unterlagen für den wettbewerblichen Dialog und ein dynamisches Beschaffungssystem) verschicken:
      die oben genannten Kontaktstellen

      Angebote oder Teilnahmeanträge sind zu richten an:
      die oben genannten Kontaktstellen

      Abschnitt II: Auftragsgegenstand

      II.1) Beschreibung

      II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV)
      71312000, 71311000

      Beschreibung
      Beratung im Hochbau.
      Beratung im Tief- und Hochbau.

      Abschnitt IV: Verfahren

      IV.3) Verwaltungsangaben

      IV.3.3) Bedingungen für den Erhalt von Ausschreibungs- und ergänzenden Unterlagen bzw. der Beschreibung

      IV.3.4) Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge
      27.8.2014 - 12:00

      IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge verfasst werden können
      Englisch.




      Contract notice

      Services
      Directive 2004/18/EC

      Section I: Contracting authority

      I.1) Name, addresses and contact point(s)
      Contact point(s): For the attention of: Telephone: E-mail: Fax: Corporate Officer of the House of Commons 14 Tothill Street https://in-tendhost.co.uk/parliamentuk/aspx/Home Business Support Team SW1H 9NBLondon UNITED KINGDOM +44 2072191600 MThoaFtrOGhZamRhWWVdZmwmbWM= +44 2072191600

      Internet address(es):
      General address of the contracting authority: https://in-tendhost.co.uk/parliamentuk/aspx/HomeAddress of the buyer profile: https://in-tendhost.co.uk/parliamentuk/aspx/HomeFurther information can be obtained from: The above mentioned contact point(s)
      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
      Tenders or requests to participate must be sent to: The above mentioned contact point(s)
      I.2) Type of the contracting authority
      Other: Parliament UK

      I.3) Main activity

      I.4) Contract award on behalf of other contracting authorities
      The contracting authority is purchasing on behalf of other contracting authorities: no

      Section II: Object of the contract

      II.1) Description

      II.1.1) Title attributed to the contract by the contracting authority:
      COM1232 - Northern Estate - Civil and Structural Engineering.

      II.1.2) Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
      NUTS code UKI1

      II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves a public contract

      II.1.4) Information on framework agreement

      II.1.5) Short description of the contract or purchase(s)
      Northern Estate Programme, Design Services, Civil and Structural Engineering, COM1232.
      Expressions of Interest are sought from individual consultancies with heritage and conservation experience and sufficient resources for the design of a Programme of refurbishments for multiple buildings on the Parliamentary Estate.
      The following consultant appointments are required:
      (i) Lead Design Services.
      (ii) Services Engineering (including, mechanical, electrical, public health, data).
      (iii) Civil and Structural Engineering.
      (iv) Health and Safety Consultancy Services.
      (v) Fire Engineering.
      (vi) Security consultancy.
      (vii) Approved Inspector.
      (viii) Lift consultancy.
      This Contract Notice pertains to the appointment of Civil and Structural Engineering consultancy.
      Each consultant appointment will contract separately with the Employer.
      Under the Northern Estate (NE) Programme, Norman Shaw North, Norman Shaw South, 1 Derby Gate, 1-3 Parliament Street, 2 and 4 Canon Row will be refurbished and modernised. The buildings are all listed Grade 1 or Grade 2.
      All require refurbishment over the next 10 years, due largely to the age and fragility of the buildings Mechanical and Electrical services; poor environmental performance; and fire safety shortcomings.
      The House of Commons Department of Facilities is embarking on a large-scale programme for the development of the buildings on its Northern Estate. Three of the Northern Estate buildings are overdue for major refurbishment: Norman Shaw North (NSN), 1 Derby Gate (1DG), and 1 Parliament St (1PS). 1DG and 1PS were last refurbished in 1991. Norman Shaw South (NSS) was refurbished in 2002 and needs less work, but major systems are due for renewal from 2021. NSN was partially refurbished in 2002 but there is a pressing need for remedial and refurbishment work in the building, particularly due to the risk of plant failure.
      The requirements for all these buildings include renewing or replacing aged mechanical and electrical plant; improving environmental performance; and, notably, achieving statutory compliance for fire safety arrangements.
      The key drivers for this programme are compliance and resilience. But the scale of interventions necessary indicate opportunities for wider benefits too, by making better use of the spaces inside the buildings and improving access and circulation routes.
      The programme will therefore explore opportunities for exploiting technology and improving ways of working; and for improving the provision of amenities such as conference facilities.
      There will be strong dependencies between this programme and various Estate-wide programmes including the Engineering Infrastructure Strategy, and the programmes for Fire Safety Improvements and PICT Network Convergence.
      The scale, complexity, and time-bound nature of the NE Programme means it carries significant risk and challenge. It must be robustly managed to best ensure successful delivery, on time, to budget and to specification.
      These interventions will cause significant disruption and will require careful planning around the Parliamentary calendar.
      Delivery of the NE Programme will require whole and/or multiple buildings to be decanted during the works and this Programme.
      The Northern Estate holds space equivalent to approximately 30,000 m² NIA, of which, around 15,300 m² requires refurbishment.
      Preliminary costs for the works are in the order of GBP 200 million and are likely to span a five or six year period from 2016-17 to 2021-22.
      The method under which the works will be procured is yet to be decided upon. The initial appointments will provide the services required to deliver RIBA Stages A to C, and under a GC Works form of contract. Successfully shortlisted applicants will also be invited to tender pricings for Stage D and beyond. The client may terminate an appointment upon completion of Stage C where the emergent procurement method requires an alternative form of contract for delivery of the works.

      II.1.6) Common procurement vocabulary (CPV)
      71312000, 71311000

      II.1.7) Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes

      II.1.8) Lots
      This contract is divided into lots: no

      II.1.9) Information about variants
      Variants will be accepted: no

      II.2) Quantity or scope of the contract

      II.2.1) Total quantity or scope:
      Estimated value excluding VAT: 10 400 000 GBP

      II.2.2) Information about options

      II.2.3) Information about renewals

      II.3) Duration of the contract or time limit for completion
      Duration in months: 72 (from the award of the contract)

      Section III: Legal, economic, financial and technical information

      III.1) Conditions relating to the contract

      III.1.1) Deposits and guarantees required:

      III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

      III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

      III.1.4) Other particular conditions
      The performance of the contract is subject to particular conditions: no

      III.2) Conditions for participation

      III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: Applicants are required to complete a pre-qualification questionnaire. This may be obtained from the following website http://in-tendhost.co.uk/parliamentuk/ as described at III.2.3 and must be completed and returned by the deadline given at IV.3.4 below. The pre-qualification questionnaire shall include, but not be limited to, the matters detailed under clauses III.2.2 and III.2.3 below.

      III.2.2) Economic and financial ability
      Minimum level(s) of standards possibly required: As stated in the documentation.
      Economic and financial capacity - means of proof required. As stated in the documentation.

      III.2.3) Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      The Pre-Qualification Questionnaire will be accessible at the following website http://in-tendhost.co.uk/parliamentuk. To be able to access these documents you will need to select the above quoted tender in the 'current tenders' list, click on the 'view tender details' and express interest by clicking on the button provided. Afterwards, you will need to register your company details, thereafter you will be issued with a username and password. If you have already registered with In-Tend previously, please follow the link shown, this will redirect you to the home page where you can log on using your existing username and password to collect the tender documents. If you have registered and have forgotten your username and password, please click on the forgotten password link on the In-Tend homepage. Please keep this username and password secure, and do not pass it to any third parties. If you are experiencing problems, then please contact the In-Tend helpdesk via email: MTVucGtram1vO2RpKG9gaV8pXmpo or call +44 8442728810 for further assistance. Please ensure that you allow yourself plenty of time when responding to this invitation to tender prior to the closing date as in in IV.3.4. If you are uploading multiple documents you will have to individually load one document at a time or you can opt to zip all the documents in an application like WinZip or WinRar.
      Minimum level(s) of standards possibly required:
      As stated in the PQQ.

      III.2.4) Information about reserved contracts

      III.3) Conditions specific to services contracts

      III.3.1) Information about a particular profession

      III.3.2) Staff responsible for the execution of the service
      Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

      Section IV: Procedure

      IV.1) Type of procedure

      IV.1.1) Type of procedure
      Restricted

      IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
      Envisaged minimum number 5: and maximum number 6

      IV.1.3) Reduction of the number of operators during the negotiation or dialogue

      IV.2) Award criteria

      IV.2.1) Award criteria
      The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2) Information about electronic auction
      An electronic auction will be used: no

      IV.3) Administrative information

      IV.3.1) File reference number attributed by the contracting authority:
      COM1232

      IV.3.2) Previous publication(s) concerning the same contract
      no

      IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no

      IV.3.4) Time limit for receipt of tenders or requests to participate
      27.8.2014 - 12:00

      IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

      IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
      English.

      IV.3.7) Minimum time frame during which the tenderer must maintain the tender

      IV.3.8) Conditions for opening of tenders
      Section VI: Complementary information

      VI.1) Information about recurrence

      VI.2) Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no

      VI.3) Additional information
      The contract will be considered as a contract made in accordance with the law of England and Wales and subject to the jurisdiction of the courts of England and Wales. The House of Lords and the House of Commons are Public Authorities within the meaning of the Freedom of Information Act 2000 and all correspondence received will be dealt with in accordance with the Act. The Employer does not bind himself to accept the lowest, or any, tender submitted. Short-listed tenderers will be subject to further evaluation which may include tender presentation.

      VI.4) Procedures for appeal

      VI.4.1) Body responsible for appeal procedures
      E-mail: Telephone: Corporate Officer of the House of Commons 14 Tothill Street SW1H 9NBLondon UNITED KINGDOM MTFvb2JyP29gcWtoYGxkbXMtdGo= +44 2072191600

      VI.4.2) Lodging of appeals

      VI.4.3) Service from which information about the lodging of appeals may be obtained

      VI.5) Date of dispatch of this notice:
      24.7.2014

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 29.07.2014
Zuletzt aktualisiert 17.09.2014
Wettbewerbs-ID 2-175580 Status Kostenpflichtig
Seitenaufrufe 54