loading
  • GB-BT48 7NN Derry
  • 15.06.2017
  • Ausschreibung
  • (ID 2-264329)

Restricted List Application North West Cross Border Greenways T ENV17-042


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 16.06.2017, 12:00 Bewerbungsschluss
    Schlusstermin für Unterlagen 15.06.2017
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Verkehr
    Art der Leistung Kostenmanagement / allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / sonstige / Bauleitung, Objektüberwachung / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The North West Greenway Network (NWGN) project involves a cross-border (CB) partnership between Derry City and Strabane District Council (DCSDC), Donegal County Council (DCC), Transport NI (TNI) and Sustrans. It aims to develop up to 46.5 km of Greenway network at 3 Cross Border locations to a standard width of 3 m wide. The overall capital cost and programme activity is costed at 18 500 000 EUR.
    The proposed greenway routes are as follows:
    — Route 1: Derry via Pennyburn and Bridgend border crossing to Buncrana / via Tooban Junction, 32.5 km,
    — Route 2: Muff Village to Derry via Culmore and Muff border crossing, 10.5 km,
    — Route 3: Strabane to Lifford via Lifford Bridge, 3.5 km.
    The ICT commission for this project will consist of a single contract, with the appointed ICT undertaking the design development, contract administration and project implementation of the works.
    The appointed ICT will be expected to procure and manage two separate contracts for the construction works across the two jurisdictions Northern Ireland (NI) and Republic of Ireland (RoI).
    Leistungsumfang
    The service will focus on the provision of a high quality cross border greenway from Derry to Buncrana, Derry to Muff and Strabane to Lifford.
    Derry City and Strabane District Council (The Employer) seeks to appoint an Economic Operator to provide the services of an Integrated Consultant Team (ICT) to undertake the technical design and pre tender estimate, (RIBA Stage 4), and act on behalf of the employer to oversee the procurement of two separate IST contracts (1 for NI and 1 for RoI) and construction of the new cross border greenways, up to RIBA Stage 7.
    Working in close consultation with the Employer, the ICT will be required to provide a design that meets the strategic aims and objectives of the Council and to manage the construction of the cross border greenways within quality, budget and programme requirements.
    The Integrated Consultant Team must be capable of delivering the entire range of specialist design services including but not limited to the following disciplines:
    — Lead Consultant — any discipline,
    — Principal Designer,
    — Project Manager,
    — Civil Engineer,
    — Structural Engineer,
    — Quantity Surveyor / Cost Consultant,
    — Electrical Engineer,
    — Planning Consultant,
    — Landscape Architect,
    — Highways Engineer,
    — Legal Services — Procurement and Contract Law,
    — Environmental Engineer / Ecologist,
    — Land Valuer,
    — NEC3 Supervisor,
    — Any other consultant the Economic Operator deemed necessary to complete this commission.
    The ICT will be appointed under the NEC3 Professional Service Contract Option A based on the scope of services, subject to funding, which will be detailed in the Invitation to Tender documents.
    It is currently envisaged that the construction works carried out in Northern Ireland will be completed under a ‘Traditional Employers Design’ NEC3 Engineering and Construction Contract. The construction works that are to be carried out in the Republic of Ireland will be administered under a ‘Government Contracts Committee for Construction (GCCC) — PW-CF3 — Public Works Contract for Civil Engineering Works designed by the Employer’ form of contract.
    The estimated capital budget for the proposed works will be in the region of 18 500 000 EUR which includes VAT, professional fees and other project development costs.
    7.2.4 Project Scope and Complexity
    Route 1 — Derry to Buncrana Greenway Project — 32.5 km
    This route commences at Pennyburn in Derry and extends to Bridgend in Donegal at the border crossing and continues onto Buncrana via Tooban Junction and Inch. The route comprises a mix of shared use space, new route development and utilisation of disused railway lines. As part of the design development for this route DCC would like to consider options for an online and offline section between Bridgend and Fahan.
    The works along this route will include but not limited to, provision of a new 3.0 m wide greenway, widening existing footways to 3.0 m, provision of new retaining walls, pedestrian footbridges / widening of existing bridges, drainage, service diversions, land acquisition, road realignment and accommodation works.
    Route 2 — Derry to Muff Greenway Project — 10.5 km
    This green way route links the village of Muff in Donegal to the commuter settlement of Culmore in Co. Derry, connecting to Derry City along realigned shared routes. This route will include a small connecting bridge at Bay Road which will link the new greenway network to the existing network.
    The works along this route will include but not limited to, provision of a new 3.0 m wide greenway, widening existing footways to 3.0 m, provision of new pedestrian / cycleway bridge, provision of new retaining walls, drainage, service diversions, land acquisition, road realignment and accommodation works.
    Route 3 — Strabane to Lifford — 3.5 km
    This route connects the 2 border towns of Lifford and Strabane utilising the existing bridge that spans the River Foyle connecting the cross border link with the DCC owned building located on the Letterkenny Rd formerly in use as Army barracks.
    The works along this route will include but not limited to, provision of a new 3.0 m wide greenway, widening existing footways to 3.0 m, provision of new retaining structures, cleaning and painting of existing road bridge, drainage, service diversions, road realignment and accommodation works.
    The appointment will be for the ICT to complete RIBA Stage 0 to 7 services including but not limited to:
    — Technical design (RIBA Stage 4) of the cross border greenway route 1 from Derry to Buncrana, including but not limited to Technical Approval, Departures / Relaxations from standard, service diversions and statutory approvals.
    — Technical design (RIBA Stage 4) of the cross border greenway route 2 from Derry to Muff including but not limited to Technical Approval, Departures / Relaxations from standard, service diversions and statutory approvals.
    — Technical design (RIBA Stage 4) of the cross border greenway route 3 from Strabane to Lifford including but not limited to Technical Approval, Departures / Relaxations from standard, service diversions and statutory approvals.
    — Complying and integrating the various design standards across both jurisdictions.
    — Liaison with statutory authorities across both jurisdictions in relation to service diversion requirements and statutory approvals for each route.
    — Produce all procurement documentation for a traditional employers design contract package under the NEC3 ECC option A form of contract, for the cross border greenways to be constructed in NI.
    — Produce all procurement documentation for a traditional employers design contract package under the GCCC — PW-CF3 form of contract, for the cross border greenways to be constructed in RoI.
    — Manage the procurement and appointment of IST contractors for the construction of the cross border greenways in NI and RoI.
    — Manage the IST construction process through to certification of completion of each cross border greenway in NI and RoI including defects correction.
    — Manage and coordinate all members of the team and ensure delivery of the service on time and budget.
    — Carry our Pre-Application Discussions with Planning Officers and the relevant Planning Consultees.
    — Undertake all supporting work required for the Planning Applications for the cross border greenways including but not limited to statutory approvals, environmental reports, appropriate assessments and assisting Council in delivery of public consultations.
    — Make the Outline and full Planning Applications for the greenways.
    — Manage the procurement and delivery of comprehensive Site Investigations to establish the geotechnical characteristics. ICT to agree location of the Site Investigations with DCSDC before procurement.
    — Manage the procurement and delivery of comprehensive topographical survey of the sites.
    — Manage the procurement and delivery of comprehensive archaeological survey of the sites.
    — Identify the projects deliverability constraints and develop and manage costed mitigation plans to address such constraints.
    — Produce monthly Design Team management and Project reports and attend monthly Project Board and Steering Group meetings.
    — Attend Project Management meetings with Council officials monthly or more frequently as may be required for the delivery of the service.
    — Prepare and maintain Project Capital and Revenue Cost Estimates for each greenway as the design processes develop.
    — Assist in the compilation of the Project Global Cost Plan.
    — Prepare detailed Pre-Tender Estimates.
    — Prepare and maintain comprehensive Project Costed Risk Registers.
    — Prepare and maintain detailed Project Gantt Charts.
    — Prepare the Benefits Realisation Plans.
    Adresse des Bauherren UK-BT48 7NN Derry
    TED Dokumenten-Nr. 173385-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Derry: Construction-related services

      2017/S 088-173385

      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: 
      MTZuX2heX2xtOl5fbGxzbW5sW1xbaF8oXWln

      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 North West Cross Border Greenways T ENV17-042.
      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, Donegal Councty Council.

      NUTS code UKN04,UKN05,IE011

      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)
      The North West Greenway Network (NWGN) project involves a cross-border (CB) partnership between Derry City and Strabane District Council (DCSDC), Donegal County Council (DCC), Transport NI (TNI) and Sustrans. It aims to develop up to 46.5 km of Greenway network at 3 Cross Border locations to a standard width of 3 m wide. The overall capital cost and programme activity is costed at 18 500 000 EUR.
      The proposed greenway routes are as follows:
      — Route 1: Derry via Pennyburn and Bridgend border crossing to Buncrana / via Tooban Junction, 32.5 km,
      — Route 2: Muff Village to Derry via Culmore and Muff border crossing, 10.5 km,
      — Route 3: Strabane to Lifford via Lifford Bridge, 3.5 km.
      The ICT commission for this project will consist of a single contract, with the appointed ICT undertaking the design development, contract administration and project implementation of the works.
      The appointed ICT will be expected to procure and manage two separate contracts for the construction works across the two jurisdictions Northern Ireland (NI) and Republic of Ireland (RoI).
      II.1.6)Common procurement vocabulary (CPV)

      715000007153000071520000715410007124400071324000713110007131200071311210

      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 a high quality cross border greenway from Derry to Buncrana, Derry to Muff and Strabane to Lifford.
      Derry City and Strabane District Council (The Employer) seeks to appoint an Economic Operator to provide the services of an Integrated Consultant Team (ICT) to undertake the technical design and pre tender estimate, (RIBA Stage 4), and act on behalf of the employer to oversee the procurement of two separate IST contracts (1 for NI and 1 for RoI) and construction of the new cross border greenways, up to RIBA Stage 7.
      Working in close consultation with the Employer, the ICT will be required to provide a design that meets the strategic aims and objectives of the Council and to manage the construction of the cross border greenways within quality, budget and programme requirements.
      The Integrated Consultant Team must be capable of delivering the entire range of specialist design services including but not limited to the following disciplines:
      — Lead Consultant — any discipline,
      — Principal Designer,
      — Project Manager,
      — Civil Engineer,
      — Structural Engineer,
      — Quantity Surveyor / Cost Consultant,
      — Electrical Engineer,
      — Planning Consultant,
      — Landscape Architect,
      — Highways Engineer,
      — Legal Services — Procurement and Contract Law,
      — Environmental Engineer / Ecologist,
      — Land Valuer,
      — NEC3 Supervisor,
      — Any other consultant the Economic Operator deemed necessary to complete this commission.
      The ICT will be appointed under the NEC3 Professional Service Contract Option A based on the scope of services, subject to funding, which will be detailed in the Invitation to Tender documents.
      It is currently envisaged that the construction works carried out in Northern Ireland will be completed under a ‘Traditional Employers Design’ NEC3 Engineering and Construction Contract. The construction works that are to be carried out in the Republic of Ireland will be administered under a ‘Government Contracts Committee for Construction (GCCC) — PW-CF3 — Public Works Contract for Civil Engineering Works designed by the Employer’ form of contract.
      The estimated capital budget for the proposed works will be in the region of 18 500 000 EUR which includes VAT, professional fees and other project development costs.
      7.2.4 Project Scope and Complexity
      Route 1 — Derry to Buncrana Greenway Project — 32.5 km
      This route commences at Pennyburn in Derry and extends to Bridgend in Donegal at the border crossing and continues onto Buncrana via Tooban Junction and Inch. The route comprises a mix of shared use space, new route development and utilisation of disused railway lines. As part of the design development for this route DCC would like to consider options for an online and offline section between Bridgend and Fahan.
      The works along this route will include but not limited to, provision of a new 3.0 m wide greenway, widening existing footways to 3.0 m, provision of new retaining walls, pedestrian footbridges / widening of existing bridges, drainage, service diversions, land acquisition, road realignment and accommodation works.
      Route 2 — Derry to Muff Greenway Project — 10.5 km
      This green way route links the village of Muff in Donegal to the commuter settlement of Culmore in Co. Derry, connecting to Derry City along realigned shared routes. This route will include a small connecting bridge at Bay Road which will link the new greenway network to the existing network.
      The works along this route will include but not limited to, provision of a new 3.0 m wide greenway, widening existing footways to 3.0 m, provision of new pedestrian / cycleway bridge, provision of new retaining walls, drainage, service diversions, land acquisition, road realignment and accommodation works.
      Route 3 — Strabane to Lifford — 3.5 km
      This route connects the 2 border towns of Lifford and Strabane utilising the existing bridge that spans the River Foyle connecting the cross border link with the DCC owned building located on the Letterkenny Rd formerly in use as Army barracks.
      The works along this route will include but not limited to, provision of a new 3.0 m wide greenway, widening existing footways to 3.0 m, provision of new retaining structures, cleaning and painting of existing road bridge, drainage, service diversions, road realignment and accommodation works.
      The appointment will be for the ICT to complete RIBA Stage 0 to 7 services including but not limited to:
      — Technical design (RIBA Stage 4) of the cross border greenway route 1 from Derry to Buncrana, including but not limited to Technical Approval, Departures / Relaxations from standard, service diversions and statutory approvals.
      — Technical design (RIBA Stage 4) of the cross border greenway route 2 from Derry to Muff including but not limited to Technical Approval, Departures / Relaxations from standard, service diversions and statutory approvals.
      — Technical design (RIBA Stage 4) of the cross border greenway route 3 from Strabane to Lifford including but not limited to Technical Approval, Departures / Relaxations from standard, service diversions and statutory approvals.
      — Complying and integrating the various design standards across both jurisdictions.
      — Liaison with statutory authorities across both jurisdictions in relation to service diversion requirements and statutory approvals for each route.
      — Produce all procurement documentation for a traditional employers design contract package under the NEC3 ECC option A form of contract, for the cross border greenways to be constructed in NI.
      — Produce all procurement documentation for a traditional employers design contract package under the GCCC — PW-CF3 form of contract, for the cross border greenways to be constructed in RoI.
      — Manage the procurement and appointment of IST contractors for the construction of the cross border greenways in NI and RoI.
      — Manage the IST construction process through to certification of completion of each cross border greenway in NI and RoI including defects correction.
      — Manage and coordinate all members of the team and ensure delivery of the service on time and budget.
      — Carry our Pre-Application Discussions with Planning Officers and the relevant Planning Consultees.
      — Undertake all supporting work required for the Planning Applications for the cross border greenways including but not limited to statutory approvals, environmental reports, appropriate assessments and assisting Council in delivery of public consultations.
      — Make the Outline and full Planning Applications for the greenways.
      — Manage the procurement and delivery of comprehensive Site Investigations to establish the geotechnical characteristics. ICT to agree location of the Site Investigations with DCSDC before procurement.
      — Manage the procurement and delivery of comprehensive topographical survey of the sites.
      — Manage the procurement and delivery of comprehensive archaeological survey of the sites.
      — Identify the projects deliverability constraints and develop and manage costed mitigation plans to address such constraints.
      — Produce monthly Design Team management and Project reports and attend monthly Project Board and Steering Group meetings.
      — Attend Project Management meetings with Council officials monthly or more frequently as may be required for the delivery of the service.
      — Prepare and maintain Project Capital and Revenue Cost Estimates for each greenway as the design processes develop.
      — Assist in the compilation of the Project Global Cost Plan.
      — Prepare detailed Pre-Tender Estimates.
      — Prepare and maintain comprehensive Project Costed Risk Registers.
      — Prepare and maintain detailed Project Gantt Charts.
      — Prepare the Benefits Realisation Plans.
      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 1.8.2017. Completion 1.6.2021

      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: 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 2 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 ENV17-042
      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: 15.6.2017
      IV.3.4)Time limit for receipt of tenders or requests to participate
      16.6.2017 - 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:
      5.5.2017
    © 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 08.05.2017
Zuletzt aktualisiert 08.05.2017
Wettbewerbs-ID 2-264329 Status Kostenpflichtig
Seitenaufrufe 36