loading
  • GB-EX5 3LE Exeter
  • 05.04.2017
  • Ausschreibung
  • (ID 2-258207)

Wellington Monument, Blackdown Hills, Wellington. TA21 9PB


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 05.04.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Denkmäler, Gedenkstätten
    Art der Leistung Bauleistung / Bodenmechanik, Erd-/ Grundbau / Denkmalschutz
    Sprache Englisch
    Aufgabe
    Lead architect/engineer/surveyor and design team to progress design works from RIBA Stage 2 to Stage 6 consultants work.
    Leistungsumfang
    Lead architect/engineer/surveyor and Design Team for Wellington Monument, Somerset, to develop plans (currently partly through RIBA Stage 2 Concept Design) to RIBA Stage 6. Using existing structural assessment documents, survey details, specific specialist investigations and analysis of processes develop full structural design specifications and drawings highlighting other necessary processes to develop and inspect works to completion. Include quality, financial and time controls and all necessary legislative applications, procedures and record keeping with record documents, certificates and guarantees' handed to the NT upon completion.
    Adresse des Bauherren UK-EX5 3LE Exeter
    TED Dokumenten-Nr. 84443-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Exeter: Historical monument or memorial construction work

      2017/S 046-084443

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The National Trust
      Killerton House, Broadclyst, Devon
      Exeter
      EX5 3LE
      United Kingdom
      Contact person: Ken Evans
      Telephone: +44 7788690446
      E-mail: MTliXGUlXG1YZWo3ZVhrYGZlWGNraWxqayVmaV4lbGI=
      NUTS code: UKK4

      Internet address(es):

      Main address: http://www.nationaltrust.org.uk

      Address of the buyer profile: http://www.mytenders.org/search/Search_AuthProfile.aspx?ID=AA8203

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.mytenders.org/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://www.mytenders.org/
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Other type: registered charity
      I.5)Main activity
      Recreation, culture and religion

      Section II: Object

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

       

      Wellington Monument, Blackdown Hills, Wellington. TA21 9PB.

       

      II.1.2)Main CPV code
      45212314
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Lead architect/engineer/surveyor and design team to progress design works from RIBA Stage 2 to Stage 6 consultants work.

       

      II.1.5)Estimated total value
      Value excluding VAT: 180 000.00 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)
      45212350
      45212314
      71351100
      71600000
      71620000
      II.2.3)Place of performance
      NUTS code: UKK4
      Main site or place of performance:

       

      Wellington Monument, Blackdown Hills, Wellington, Somerset. TA21 9PB.

       

      II.2.4)Description of the procurement:

       

      Lead architect/engineer/surveyor and Design Team for Wellington Monument, Somerset, to develop plans (currently partly through RIBA Stage 2 Concept Design) to RIBA Stage 6. Using existing structural assessment documents, survey details, specific specialist investigations and analysis of processes develop full structural design specifications and drawings highlighting other necessary processes to develop and inspect works to completion. Include quality, financial and time controls and all necessary legislative applications, procedures and record keeping with record documents, certificates and guarantees' handed to the NT upon completion.

       

      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: 180 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Start: 22/05/2017
      End: 31/07/2020
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      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
      List and brief description of conditions:

       

      Conservation Accredited Architect, Surveyor, Engineer or other suitably qualified and experienced professional who will act as Design Team Lead and Principal Designer under CDM regulations. The Design Team Lead will be required to assemble a multi-disciplinary design team including Conservation Accredited Structural Engineer and any other specialists considered necessary. Successful previous experience undertaking investigations, procurement and site management will be necessary.

       

      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
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      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: no
      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: 05/04/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 13/04/2017
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=192073.

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx.

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      (MT Ref:192073).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The National Trust
      Killerton House, Broadclyst, Devon
      Exeter
      EX5 3LE
      United Kingdom
      Telephone: +44 7788690446
      E-mail: MjE4WVNcHFNkT1xhLlxPYlddXE9aYmBjYWIcXWBVHGNZ

      Internet address:https://www.nationaltrust.org.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Following the closing date for interested parties the reviewing team will meet at a pre determined date and time and open all applicants. A review of the Selection Questionnaire will be undertaken to ascertain suitability of applicants and decisions recorded. Suitable applicants will then be invited to tender as per the National Trust Invitation to Tender document.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      National Trust
      Killerton House, Broadclyst, Devon
      Exeter
      EX5 3LE
      United Kingdom
      Telephone: +44 7788690446
      E-mail: MTdkXmcnXm9aZ2w5Z1ptYmhnWmVta25sbSdoa2AnbmQ=
      VI.5)Date of dispatch of this notice:
      03/03/2017
    © 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 07.03.2017
Zuletzt aktualisiert 07.03.2017
Wettbewerbs-ID 2-258207 Status Kostenpflichtig
Seitenaufrufe 45