loading
  • GB-BT48 7NN Derry
  • 19.01.2017
  • Ausschreibung
  • (ID 2-250666)

Restricted List Application Templemore and Strabane Leisure Facilities Integrated Design Team Services T HCO16-97


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 20.01.2017, 12:00 Bewerbungsschluss
    Schlusstermin für Unterlagen 19.01.2017
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Sport und Freizeit
    Art der Leistung Objektplanung Gebäude / Kostenmanagement / allgemeine Beratungsleistungen / Technische Ausrüstung / Bauleitung, Objektüberwachung / Projektsteuerung
    Sprache Englisch
    Aufgabe
    Expressions of Interest are sought from suitably experienced Integrated Design Teams by way of completion of Prequalification Questionnaire for provision of Integrated Design Team services for the Strategic Leisure Facilities in the Derry and Strabane Area.
    Document will be available week commencing 12.12.2016.
    Leistungsumfang
    The service will focus on the provision of leisure facilities on the west bank of Derry City and in Strabane Town, taking account of the provision of leisure facilities across the entirety of the new Council area.
    In particular, the existing facilities at Templemore in Derry City and Riversdale in Strabane are time-expired and require replacement.
    The Integrated Design Team must be capable of delivering the entire service including but not limited to the following disciplines;
    — Architectural,
    — Building Services / Mechanical and Electrical Engineering,
    — CDM Coordinator,
    — Civil / Structural Engineering,
    — Economic / Financial Consultancy,
    — Lead Consultant — any discipline,
    — Legal Services — Procurement and Contract Law,
    — Leisure Consultancy,
    — Planning,
    — Quantity Surveying,
    — Any other specialism the team requires to properly deliver the service.
    Adresse des Bauherren UK-BT48 7NN Derry
    TED Dokumenten-Nr. 438413-2016

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Derry: Architectural, construction, engineering and inspection services

      2016/S 240-438413

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Derry City and Strabane District Council
      98 Strand Road
      For the attention of: John Kelpie
      BT48 7NN Derry
      United Kingdom
      Telephone: +44 2871253253
      E-mail: MjEzZ1hhV1hlZjNXWGVlbGZnZVRVVGFYIVZiYA==

      Internet address(es):

      General address of the contracting authority: www.derrystrabane.com

      Further 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
      Regional or local authority
      I.3)Main activity
      General public services
      I.4)Contract award on behalf of other contracting authorities

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      Restricted List Application Templemore and Strabane Leisure Facilities Integrated Design Team Services T HCO16-97.
      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
      Main site or location of works, place of delivery or of performance: Derry and Strabane District Council.

      NUTS code UKN04,UKN05

      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)
      Expressions of Interest are sought from suitably experienced Integrated Design Teams by way of completion of Prequalification Questionnaire for provision of Integrated Design Team services for the Strategic Leisure Facilities in the Derry and Strabane Area.
      Document will be available week commencing 12.12.2016.
      II.1.6)Common procurement vocabulary (CPV)

      7100000071250000713340007150000071530000712000007122000071221000715200007154100071244000713240007131100071312000

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): no
      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:
      The service will focus on the provision of leisure facilities on the west bank of Derry City and in Strabane Town, taking account of the provision of leisure facilities across the entirety of the new Council area.
      In particular, the existing facilities at Templemore in Derry City and Riversdale in Strabane are time-expired and require replacement.
      The Integrated Design Team must be capable of delivering the entire service including but not limited to the following disciplines;
      — Architectural,
      — Building Services / Mechanical and Electrical Engineering,
      — CDM Coordinator,
      — Civil / Structural Engineering,
      — Economic / Financial Consultancy,
      — Lead Consultant — any discipline,
      — Legal Services — Procurement and Contract Law,
      — Leisure Consultancy,
      — Planning,
      — Quantity Surveying,
      — Any other specialism the team requires to properly deliver the service.
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      This contract is subject to renewal: no
      II.3)Duration of the contract or time limit for completion
      Starting 1.3.2017. Completion 31.7.2019

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      The Contracting Authority reserves the right to require bonds, deposits, guarantees or other appropriate forms of undertaking or security to secure proper performance of the contract.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Details will be set out in the invitation to tender documents.
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Contracting Authority reserves the right to require groupings of contractors to take a particular legal form upon contract award.
      III.1.4)Other particular conditions
      The performance of the contract is subject to particular conditions: yes
      Description of particular conditions: The Applicant must comply with all applicable fair employment, equality of treatment and anti-discrimination legislation as a condition to the performance of the contract. The contract will be subject to conditions so that the Contracting Authority and the Constituent Councils can comply with their statutory duty to have due regard to the need to promote equality of opportunity as set out in Section 75 of the Northern Ireland Act 1998 and Schedule 9 of the Act and with their statutory duty to contribute to the achievement of sustainable development as set out in Section 25 of the Northern Ireland (Miscellaneous Provisions) Act 2006.
      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: In accordance with Public Contracts Regulations 2015 and as set out in the Invitation to Tender available from the address specified.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: In accordance with Public Contracts Regulations 2015 and as set out in the Invitation to Tender available from the address specified.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      In accordance with Public Contracts Regulations 2015 and as set out in the Invitation to Tender available from the address specified.
      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: no
      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: 5
      Objective criteria for choosing the limited number of candidates: It is anticipated that 5 Consultants who satisfy the completeness and compliance checks and who achieve the highest overall scores in the technical and professional ability evaluation process will be invited to submit detailed tenders. Where there is a tie for 5th place, then all applicants in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th place is deemed to occur where two or more applicants have identical scores or a score within 1 mark (out of a score of 100) of the 5th place score.
      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:
      T HCO16-97
      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: 19.1.2017
      IV.3.4)Time limit for receipt of tenders or requests to participate
      20.1.2017 - 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
      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
      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 Contracts Regulations 2015 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)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures

      The High Courts of Justice of Northern Ireland
      The Royal Courts of Justice, Chichester Street
      BT1 3JF Belfast
      United Kingdom

      Body responsible for mediation procedures

      The High Courts of Justice of northern Ireland
      The Royal Courts of Justice, Chichester Street
      BT1 3JF Belfast
      United Kingdom

      VI.4.2)Lodging of appeals
      Precise information on deadline(s) for lodging appeals: In accordance with the Public Contracts Regulations 2015.
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      8.12.2016
    © 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 13.12.2016
Zuletzt aktualisiert 13.12.2016
Wettbewerbs-ID 2-250666 Status Kostenpflichtig
Seitenaufrufe 35