loading
  • GB-BT7 1NN Belfast
  • 16.09.2016
  • Ausschreibung
  • (ID 2-241262)

QUB/1573/16 Appointment of Architect-Led Design Team for the McClay Library Phase 3


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 21.09.2016, 16:00 Bewerbungsschluss
    Schlusstermin für Unterlagen 16.09.2016
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6 - max. 6
    Gebäudetyp Bibliotheken, Mediatheken
    Art der Leistung Objektplanung Gebäude
    Sprache Englisch
    Aufgabe
    As part of ambitious plans for expansion and growth set out in Vision 2020 and to complete the final stage of the Main Site Master-plan, Queen's University Belfast wishes to procure an integrated design team for McClay Library Phase 3. The Outline Project Brief envisages that the Works, which will comprise both internal re-modelling and new-build, will total approximately 4 000m2 GIA. The Design Team will be responsible for overseeing and coordinating all decant works, resulting from the project. The Works will occur over a number of floors and will be completed in a number of phases, taking account of the academic year(s), completing summer 2019. The Works are estimated at 5 200 000 GBP, excluding VAT and all fees.
    Leistungsumfang
    This project, McClay Library Phase 3, aims to support the aims and priorities of Vision 2020 by maintaining and enhancing the student experience. This will be achieved by the reallocation and rationalisation of space within McClay Library, integration of the existing David Bates Building into the Library and utilisation of the internal courtyard between the 2 buildings to increase provision of group study rooms and computer / reader spaces. It is envisaged that the Phase 3 Works will include work to the David Bates Building to accommodate the relocation of Information Services' staff from McClay Library and, possibly, the consolidation of Information Services by returning the ‘Learning and Teaching Support Division’ from 50 Elmwood Avenue. While much of the David Bates Building accommodation is appropriate for use by Information Services, the major challenge to the provision of an integrated solution is that the floor levels vary significantly between the 2 buildings. Resolving this to provide universal access necessitates significant adaptation and reorganisation of both buildings.
    The Outline Project Brief envisages that the Works, which will comprise both internal re-modelling and new-build, will total approximately 4 000m2 GIA. The Design Team will be responsible for overseeing and coordinating all decant works resulting from the project. The Works will occur over a number of floors and will be completed in a number of phases, taking account of the academic year(s), completing summer 2019. The Works are estimated at 5 200 000 GBP, excluding VAT and all fees.
    Estimated value excluding VAT: 500 000 GBP
    Adresse des Bauherren UK-BT7 1NN Belfast
    TED Dokumenten-Nr. 296132-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: Architectural design services

      2016/S 164-296132

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      Queen's University Belfast
      Purchasing Office, University Road
      For the attention of: Jackie Glackin
      BT7 1NN Belfast
      United Kingdom
      Telephone: +44 2890973026
      E-mail: MjEyXiJbYFVXX11iNGVpViJVVyJpXw==

      Internet address(es):

      General address of the contracting authority: www.qub.ac.uk

      Address of the buyer profile: www.qub.ac.uk/po

      Further information can be obtained from: Queen's University Belfast
      Purchasing Office, University Road
      BT7 1NN Belfast
      United Kingdom
      Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Queen's University Belfast
      Purchasing Office, University Road
      BT7 1NN Belfast
      United Kingdom
      Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home

      Tenders or requests to participate must be sent to: Queen's University Belfast
      Purchasing Office, University Road
      BT7 1NN Belfast
      United Kingdom
      Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home

      I.2)Type of the contracting authority
      Body governed by public law
      I.3)Main activity
      Education
      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:
      QUB/1573/16 Appointment of Architect-Led Design Team for the McClay Library Phase 3.
      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 UKN01

      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)

      As part of ambitious plans for expansion and growth set out in Vision 2020 and to complete the final stage of the Main Site Master-plan, Queen's University Belfast wishes to procure an integrated design team for McClay Library Phase 3. The Outline Project Brief envisages that the Works, which will comprise both internal re-modelling and new-build, will total approximately 4 000m2 GIA. The Design Team will be responsible for overseeing and coordinating all decant works, resulting from the project. The Works will occur over a number of floors and will be completed in a number of phases, taking account of the academic year(s), completing summer 2019. The Works are estimated at 5 200 000 GBP, excluding VAT and all fees.

      II.1.6)Common procurement vocabulary (CPV)

      7122000071221000

      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:
      This project, McClay Library Phase 3, aims to support the aims and priorities of Vision 2020 by maintaining and enhancing the student experience. This will be achieved by the reallocation and rationalisation of space within McClay Library, integration of the existing David Bates Building into the Library and utilisation of the internal courtyard between the 2 buildings to increase provision of group study rooms and computer / reader spaces. It is envisaged that the Phase 3 Works will include work to the David Bates Building to accommodate the relocation of Information Services' staff from McClay Library and, possibly, the consolidation of Information Services by returning the ‘Learning and Teaching Support Division’ from 50 Elmwood Avenue. While much of the David Bates Building accommodation is appropriate for use by Information Services, the major challenge to the provision of an integrated solution is that the floor levels vary significantly between the 2 buildings. Resolving this to provide universal access necessitates significant adaptation and reorganisation of both buildings.

      The Outline Project Brief envisages that the Works, which will comprise both internal re-modelling and new-build, will total approximately 4 000m2GIA. The Design Team will be responsible for overseeing and coordinating all decant works resulting from the project. The Works will occur over a number of floors and will be completed in a number of phases, taking account of the academic year(s), completing summer 2019. The Works are estimated at 5 200 000 GBP, excluding VAT and all fees.

      Estimated value excluding VAT: 500 000 GBP
      II.2.2)Information about options
      Options: yes
      Description of these options: A number of additional minor schemes have been identified within McClay Library, which still require funding approval. The University retains the right to extend the consultant scope of works to address these schemes, at its sole right and with a negotiated fee based on that submitted by the consultant under this procurement exercise.
      Provisional timetable for recourse to these options: 
      in months: 48 (from the award of the contract)
      II.2.3)Information about renewals
      This contract is subject to renewal: yes
      II.3)Duration of the contract or time limit for completion
      Duration in months: 36 (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:
      None.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      As set out in the Memorandum of Information and Pre-Qualification Questionnaire Package.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      In the event of a group of entities submitting an acceptable offer, each member of the group must sign an undertaking that member companies will be jointly and severally liable for the satisfactory performance of the project. The University reserves the right to require a group of entities to take a particular form or to require a single contractor to take primary liability or to require that each party undertakes joint and several liability.
      III.1.4)Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: As set out in the Memorandum of Information and Pre-Qualification Questionnaire Package.
      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: As set out in the Memorandum of Information and Pre-Qualification Questionnaire Package.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: The minimum requirements for participation in relation to economic and financial standing are set out in the Memorandum of Information and Pre-Qualification Questionnaire Package and below.
      Minimum level(s) of standards possibly required: The minimum annual turnover requirement is 300 000 GBP per annum. Failure by an applicant to demonstrate the minimum turnover requirements are satisfied will result in exclusion from the procurement process. Applicants must also demonstrate appropriate financial status by completing a Financial Appraisal Model.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      In accordance with Regulation 58 of the Public Contracts Regulations 2015 and as set out in the Memorandum of Information and Pre-Qualification Questionnaire Package.
      Minimum level(s) of standards possibly required:
      As set out in Part D of PQQ.
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: yes
      Reference to the relevant law, regulation or administrative provision: As set out in the Memorandum of Information and Pre-Qualification Questionnaire Package.
      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: yes

      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 number of operators: 6
      Objective criteria for choosing the limited number of candidates: As set out in the Memorandum of Information and Pre-Qualification Questionnaire Package.
      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:
      QUB/1573/16
      IV.3.2)Previous publication(s) concerning the same contract
      no
      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Time limit for receipt of requests for documents or for accessing documents: 16.9.2016
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      21.9.2016 - 16:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      16.10.2016
      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
      This is a recurrent procurement: no
      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
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures
      VI.4.2)Lodging of appeals
      Precise information on deadline(s) for lodging appeals: This authority will incorporate a standstill period at the point information on the award of the contract is communicated to Tenderers. That notification will provide full 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. The Public Contract Regulations 2015 (SI 2015/102) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      22.8.2016
    © 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 26.08.2016
Zuletzt aktualisiert 26.08.2016
Wettbewerbs-ID 2-241262 Status Kostenpflichtig
Seitenaufrufe 64