loading
  • GB-BT74 7BA Enniskillen
  • 04.05.2017
  • Ausschreibung
  • (ID 2-260151)

Appointment of an Integrated Consultancy Team (ICT) for Enniskillen Town Centre Public Realm


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 04.05.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6 - max. 6
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Objektplanung Freianlagen
    Sprache Englisch
    Aufgabe
    Fermanagh and Omagh District Council wishes to appoint an integrated Consultancy Team for Enniskillen Town Centre Public Realm to develop, design and consult upon the scheme to secure all required statutory approvals, coordinate the procurement for an Integrated Supply Team (IST) to deliver the scheme, administer the contract, supervise the scheme during construction through to a snag free completion and handover.
    The Economic Operator will be required to ensure the scheme is designed and constructed to the standards required for the re-adoption of the public realm by the various statutory authorities, including Transport NI.
    The Council will also require the ICT to undertake extensive, meaningful and detailed consultation with all relevant stakeholders.
    Leistungsumfang
    The Economic Operator shall provide the following Services: Project Management, Civil Engineering, Quantity Surveying, Mechanical Services Engineering, Electrical Services Engineering, Traffic/Transportation Management Engineering, Landscape Architecture, Utilities Coordination, CEEQUAL Services, Site Supervision services and fulfil the role of Principal Designer.
    The Economic Operator (or where the Economic Operator is a Group of Economic Operators, all parties forming the Group of Economic Operators) must provide at least one of the core disciplines listed below from within its own resources:
    Core Disciplines:
    Project Manager
    Civil Engineer
    Landscape Architect.
    Estimated value excluding VAT: Range: between 300 000 and 380 000 GBP
    Adresse des Bauherren UK-BT74 7BA Enniskillen
    TED Dokumenten-Nr. 113054-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Enniskillen: Landscape architectural services

      2017/S 060-113054

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

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

      Fermanagh and Omagh District Council
      The Townhall, 2 Townhall Street
      Contact point(s): MThsXWZcXWprOF5damVZZllfYGdlWV9gJltnZQ==
      For the attention of: Mr Brendan Hegarty
      BT74 7BA Enniskillen
      United Kingdom
      Telephone: +44 3003031777
      E-mail: MTNxYmthYm9wPWNib2pea15kZWxqXmRlK2Bsag==

      Internet address(es):

      General address of the contracting authority: http://www.fermanaghomagh.com

      Address of the buyer profile: http://www.fermanaghomagh.com/tenders

      Electronic access to information: http://www.fermanaghomagh.com/tenders

      Electronic submission of tenders and requests to participate: http://www.fermanaghomagh.com/tenders

      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
      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:
      Appointment of an Integrated Consultancy Team (ICT) for Enniskillen Town Centre Public Realm.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 11: Management consulting services [6] and related services

      NUTS code UKN0

      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)
      Fermanagh and Omagh District Council wishes to appoint an integrated Consultancy Team for Enniskillen Town Centre Public Realm to develop, design and consult upon the scheme to secure all required statutory approvals, coordinate the procurement for an Integrated Supply Team (IST) to deliver the scheme, administer the contract, supervise the scheme during construction through to a snag free completion and handover.
      The Economic Operator will be required to ensure the scheme is designed and constructed to the standards required for the re-adoption of the public realm by the various statutory authorities, including Transport NI.
      The Council will also require the ICT to undertake extensive, meaningful and detailed consultation with all relevant stakeholders.
      II.1.6)Common procurement vocabulary (CPV)

      71420000712000007222400071311000

      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:
      The Economic Operator shall provide the following Services: Project Management, Civil Engineering, Quantity Surveying, Mechanical Services Engineering, Electrical Services Engineering, Traffic/Transportation Management Engineering, Landscape Architecture, Utilities Coordination, CEEQUAL Services, Site Supervision services and fulfil the role of Principal Designer.
      The Economic Operator (or where the Economic Operator is a Group of Economic Operators, all parties forming the Group of Economic Operators) must provide at least one of the core disciplines listed below from within its own resources:
      Core Disciplines:
      Project Manager
      Civil Engineer
      Landscape Architect.
      Estimated value excluding VAT: 
      Range: between 300 000 and 380 000 GBP
      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
      Duration in months: 48 (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:
      .
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      The Economic Operator will have full contractual responsibility, an Economic Operator that is a Group of Economic Operators must provide joint and several liability to the Contracting Authority for the performance and fulfilment of the terms of the Contract.
      III.1.4)Other particular conditions
      The performance of the contract is subject to particular conditions: no
      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 detailed within the PQQ documentation.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Criteria as detailed within the PQQ Documentation.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Criteria as detailed within the PQQ Documentation.
      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: no

      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: It is anticipated that the 6 Economic Operators that; satisfy the completeness and compliance checks, the criteria for the rejection of Economic Operators, the information as to economic and financial standing, and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders.
      Where there is a tie for 6th place, then all Economic Operators in 6th place will be invited to tender.
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
      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:
      1617 TNDR RP 006
      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: 4.5.2017 - 12:00
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      4.5.2017 - 12:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      30.5.2017
      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
      Date: 4.5.2017 - 14:00

      Place:

      Enniskillen

       

      Persons authorised to be present at the opening of tenders: no

      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
      The date indicated for issue of ITT Documents is a best estimate at the time of despatch and this may be subject to change.
      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures
      VI.4.2)Lodging of appeals
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      24.3.2017
    © 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 27.03.2017
Zuletzt aktualisiert 27.03.2017
Wettbewerbs-ID 2-260151 Status Kostenpflichtig
Seitenaufrufe 44