loading
  • GB-BT1 4DN Belfast
  • 18.05.2016
  • Ausschreibung
  • (ID 2-230801)

Framework Tender and Mini Comp Evaluation Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 18.05.2016, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Projektsteuerung / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    Choice Housing Ireland Limited (‘Choice’) wishes to engage the services of a suitably qualified planning consultant(s) who will evaluate tender and mini competition submissions. This will be on a 4 year term (3+1) and run in-line with the IDT framework. The Consultants will be required to demonstrate that they have a detailed understanding of how vendors operate, how to ‘interpret’ tender responses accurately and the requirements of Choice Housing Ireland. Any decisions made on behalf of Choice must be fully robust and defensible.
    Leistungsumfang
    This procurement exercise seeks to procure a competent team to evaluate IDT tender submissions (ITT stage) and any future call-off contracts under the framework (mini competition). The successful tenderer may on occasion be required to evaluate standalone design team procurement exercises (competitions outside of the IDT framework).
    Tenderers should note that outside of the IDT ITT evaluation, the Association is unable to guarantee the volume of mini competition evaluations, as is the nature of a Framework and also due to the nature of any social housing development programme funding over the duration of the framework agreement.
    The evaluation panel will reflect the scale and complexity of the activity to be evaluated, including the degree of specialist input consistent with the nature of the procurement. With this in mind it is imperative that the evaluation panel be familiar with the challenges facing an integrated design team and the requirements upon the Association to successfully deliver a development scheme.
    The evaluation panel will primarily be assessing Integrated Design Teams responses to successfully delivering development schemes. The successful consultancy will be expected to provide qualitative and quantitative evaluation of responses and preparation of recommendation (tender reports) to Senior Management.
    The successful firm will ensure that they regularly report and adhere to defined escalation procedures to ensure that Choice is always aware of any potential situations.
    The successful consultant will be expected to:
    — Fully understand the tender evaluation process, requirements and have the capacity to evaluate in accordance with all best practice;
    — Evaluate ITT stage tender submissions (quality section) of IDT Framework tender;
    — Evaluate the quality section of any call-off opportunities (mini competition);
    — Evaluate any other standalone design team competitions run by Choice outside of the framework agreement;
    — Evaluate the quality submissions in accordance with the scoring matrices provided by Choice Housing;
    — Have an understanding of DSD Housing Association Guide;
    — Have a comprehensive understanding of Northern Ireland planning policies and the impacts this has on preparing IDT submissions;
    — Review sets of design principles submitted for a project, design concept statements and evaluate against the design brief provided by Choice;
    — Produce fully robust and defensible tender reports for use by the Association;
    — Document fully all evaluation panel decisions in accordance with Choice procedures and procurement best practice;
    — Evaluate all tender submissions within 5 working days of receipt;
    — Use template evaluation documents provided by Choice and going forward use online evaluation services to record panel evaluations (Etenders);
    — Be prepared to evaluate tenders on the premises of Choice Housing Ireland as and when requested;
    — Pro-actively manage any potential Conflicts of Interest that may arise.
    The successful tenderer will be expected to work harmoniously with the Association and have the capacity to evaluate tender submissions within a 5 day time-frame.
    Choice reserves the right to use the appointed evaluation team more widely for possible value added services.
    Adresse des Bauherren UK-BT1 4DN Belfast
    TED Dokumenten-Nr. 147961-2016

  • Anzeigentext Ausschreibung

    maximieren

    • Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Choice Housing Ireland Limited
      37-41 May Street
      Belfast
      BT1 4DN
      UNITED KINGDOM
      Contact person: Procurement Manager — Kiara Dryden
      Telephone: +44 2890441317
      E-mail: MTRgYXJhaGtsaWFqcGxua2NuXWlpYTxfZGtlX2EpZGtxb2VqYyprbmM=
      NUTS code: UKN

      Internet address(es):

      Main address: http://www.choice-housing.org/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://choice-housing.org/work-with-us/tenders?page=
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Housing and community amenities

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Framework Tender and Mini Comp Evaluation Services.

       

      Reference number: PRN493
      II.1.2)Main CPV code
      71541000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Choice Housing Ireland Limited (‘Choice’) wishes to engage the services of a suitably qualified planning consultant(s) who will evaluate tender and mini competition submissions. This will be on a 4 year term (3+1) and run in-line with the IDT framework. The Consultants will be required to demonstrate that they have a detailed understanding of how vendors operate, how to ‘interpret’ tender responses accurately and the requirements of Choice Housing Ireland. Any decisions made on behalf of Choice must be fully robust and defensible.

       

      II.1.5)Estimated total value
      Value excluding VAT: 50 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71240000
      II.2.3)Place of performance
      NUTS code: UKN
      II.2.4)Description of the procurement:

       

      This procurement exercise seeks to procure a competent team to evaluate IDT tender submissions (ITT stage) and any future call-off contracts under the framework (mini competition). The successful tenderer may on occasion be required to evaluate standalone design team procurement exercises (competitions outside of the IDT framework).

      Tenderers should note that outside of the IDT ITT evaluation, the Association is unable to guarantee the volume of mini competition evaluations, as is the nature of a Framework and also due to the nature of any social housing development programme funding over the duration of the framework agreement.

      The evaluation panel will reflect the scale and complexity of the activity to be evaluated, including the degree of specialist input consistent with the nature of the procurement. With this in mind it is imperative that the evaluation panel be familiar with the challenges facing an integrated design team and the requirements upon the Association to successfully deliver a development scheme.

      The evaluation panel will primarily be assessing Integrated Design Teams responses to successfully delivering development schemes. The successful consultancy will be expected to provide qualitative and quantitative evaluation of responses and preparation of recommendation (tender reports) to Senior Management.

      The successful firm will ensure that they regularly report and adhere to defined escalation procedures to ensure that Choice is always aware of any potential situations.

      The successful consultant will be expected to:

      — Fully understand the tender evaluation process, requirements and have the capacity to evaluate in accordance with all best practice;

      — Evaluate ITT stage tender submissions (quality section) of IDT Framework tender;

      — Evaluate the quality section of any call-off opportunities (mini competition);

      — Evaluate any other standalone design team competitions run by Choice outside of the framework agreement;

      — Evaluate the quality submissions in accordance with the scoring matrices provided by Choice Housing;

      — Have an understanding of DSD Housing Association Guide;

      — Have a comprehensive understanding of Northern Ireland planning policies and the impacts this has on preparing IDT submissions;

      — Review sets of design principles submitted for a project, design concept statements and evaluate against the design brief provided by Choice;

      — Produce fully robust and defensible tender reports for use by the Association;

      — Document fully all evaluation panel decisions in accordance with Choice procedures and procurement best practice;

      — Evaluate all tender submissions within 5 working days of receipt;

      — Use template evaluation documents provided by Choice and going forward use online evaluation services to record panel evaluations (Etenders);

      — Be prepared to evaluate tenders on the premises of Choice Housing Ireland as and when requested;

      — Pro-actively manage any potential Conflicts of Interest that may arise.

      The successful tenderer will be expected to work harmoniously with the Association and have the capacity to evaluate tender submissions within a 5 day time-frame.

      Choice reserves the right to use the appointed evaluation team more widely for possible value added services.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      Value excluding VAT: 50 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      III.1.2)Economic and financial standing
      Selection criteria as stated in the procurement documents
      III.1.3)Technical and professional ability
      Selection criteria as stated in the procurement documents
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 18/05/2016
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      IV.2.7)Conditions for opening of tenders
      Date: 19/05/2016
      Local time: 9:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:
      VI.4)Procedures for review
      VI.4.1)Review body
      High Courts of Justice in Northern Ireland
      Royal Courts of Justice, Chichester Street
      Belfast
      BT1 3JY
      UNITED KINGDOM
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      27/04/2016
    © 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 29.04.2016
Zuletzt aktualisiert 29.04.2016
Wettbewerbs-ID 2-230801 Status Kostenpflichtig
Seitenaufrufe 37