loading
  • GB-EC2P 2EJ London
  • 14.06.2017
  • Ausschreibung
  • (ID 2-264933)

Building Services Engineer — Centre for Music


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.06.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: max. 6
    Gebäudetyp Kultur-, Veranstaltungsgebäude
    Art der Leistung allgemeine Beratungsleistungen / Thermische Bauphysik / Brandschutz / Sicherheits-/ Gesundheitsschutz / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    The Barbican Centre, London Symphony Orchestra (‘LSO’) and Guildhall School of Music and Drama (‘GSMD’), are working in partnership to develop plans, funded by the City of London Corporation, for a new Centre for Music in the City of London. The Barbican Centre, LSO and GSMD wish (through the City of London Corporation) to procure the services of an Building Services Engineer as an integral part of a design team for the Centre for Music and to progress its capital project to project completion. The Centre for Music will be a state-of-the-art, outstanding building with a world-class concert hall, education, training and digital spaces, excellent facilities for audiences and performers, and supporting commercial areas.
    Other disciplines will be procured individually as detailed within the associated SQ and Tender documents available at www.capitalesourcing.com webpage.
    Leistungsumfang
    Major Capital Construction Project
    The Architect/Lead Designer, Civil and Structural Engineer, Building Services Engineer, Acoustic Consultant and Theatre Consultant will be procured independently. The initial appointment will be for concept design to support the business case for the Centre for Music with provision to instruct further RIBA design stages.
    The scope of service for the Building Services Engineer will include mechanical, electrical and public health engineering, vertical transport design, BREEAM consultant, BREEAM assessor and Soft Landings consultant. If there is no capability in house these should be included as sub consultants.
    Adresse des Bauherren UK-EC2P 2EJ London
    TED Dokumenten-Nr. 180181-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-London: Engineering design services for mechanical and electrical installations for buildings

      2017/S 091-180181

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      City of London Corporation
      Guildhall
      London
      EC2P 2EJ
      United Kingdom
      Contact person: Adrian Betton
      Telephone: +44 2076063030
      E-mail: MjEwOSpDZmhlWWtoW2NbZGo2WV9qb2VcYmVkWmVkJF1lbCRrYQ==
      NUTS code: UKI

      Internet address(es):

      Main address: http://www.cityoflondon.gov.uk/Pages/default.aspx

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.CapitaleSourcing.com
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.CapitaleSourcing.com
      Tenders or requests to participate must be submitted to the abovementioned address
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

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

       

      Building Services Engineer — Centre for Music.

       

      II.1.2)Main CPV code
      71321000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Barbican Centre, London Symphony Orchestra (‘LSO’) and Guildhall School of Music and Drama (‘GSMD’), are working in partnership to develop plans, funded by the City of London Corporation, for a new Centre for Music in the City of London. The Barbican Centre, LSO and GSMD wish (through the City of London Corporation) to procure the services of an Building Services Engineer as an integral part of a design team for the Centre for Music and to progress its capital project to project completion. The Centre for Music will be a state-of-the-art, outstanding building with a world-class concert hall, education, training and digital spaces, excellent facilities for audiences and performers, and supporting commercial areas.

      Other disciplines will be procured individually as detailed within the associated SQ and Tender documents available at www.capitalesourcing.com webpage.

       

      II.1.5)Estimated total value
      Value excluding VAT: 4 000 000.00 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)
      71310000
      71317210
      71317100
      71334000
      71313000
      71312000
      71311000
      71314310
      71315200
      71320000
      71333000
      71321000
      71322000
      71300000
      II.2.3)Place of performance
      NUTS code: UKI
      Main site or place of performance:

       

      London.

       

      II.2.4)Description of the procurement:

       

      Major Capital Construction Project

      The Architect/Lead Designer, Civil and Structural Engineer, Building Services Engineer, Acoustic Consultant and Theatre Consultant will be procured independently. The initial appointment will be for concept design to support the business case for the Centre for Music with provision to instruct further RIBA design stages.

      The scope of service for the Building Services Engineer will include mechanical, electrical and public health engineering, vertical transport design, BREEAM consultant, BREEAM assessor and Soft Landings consultant. If there is no capability in house these should be included as sub consultants.

       

      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: 4 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 115
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Maximum number: 6
      Objective criteria for choosing the limited number of candidates:

       

      Objective criteria for choosing the limited number of candidates as stated in the procurement documents

      Duration in months: estimated at 115 months plus 36 months soft landings. The contract length is dependent on the time table for the availability of the site.

       

      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

       

      Total estimated value excluding VAT: GBP 4 000 000 Maximum budget for the concept design developed sufficiently to support and inform the business case is GBP 75 000

      Duration in months: estimated at 115 months plus 36 months soft landings. The contract length is dependent on the time table for the availability of the site.

       

      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:

       

      In accordance with Articles 57 and 58 of the Directive 2014/24/EU of the European Parliament and of the Council and Regulations 57 and 58 of the Public Contracts Regulations 2015 and as set out in the SQ.

       

      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
      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: yes
      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: 14/06/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 27/06/2017
      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: 4 (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 invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

       

      With reference to section IV.3.4) requests to participate must be made by completion of a SQ. The SQ is available from the contact point in section I.1) and from the URL as follows: www.capitalEsourcing.com

      The contracting authority reserves the right to discontinue the procurement process at any time which shall include the right not to award contract/s and does not bind itself to accept the lowest tender, or any tender received and reserves the right to award contract/s in part, or to call for new tenders should it consider this necessary.

      The contracting authority shall not be liable for any costs or expenses incurred by any candidate in connection with the completion and return of the information requested in this Contract Notice, or in participating in this procurement process, irrespective of the outcome of the competition or if the competition is cancelled or postponed.

      All dates, time periods and values specified in this notice are provisional and the contracting authority reserves the right to change these.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The Royal Courts of Justice
      Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079476000

      Internet address:http://www.justice.gov.uk

      VI.4.2)Body responsible for mediation procedures
      The Royal Courts of Justice
      Strand
      London
      WC2A 2LL
      United Kingdom
      Telephone: +44 2079476000
      VI.4.3)Review procedure
      Precise information on deadline(s) for review procedures:

       

      Precise information on deadline(s) for review procedures:

      The contracting authority will incorporate a standstill period from the date when information on the award of the contract/s 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. Part 3 of the Public Contracts Regulations 2015 provides for aggrieved parties who have been harmed or are at risk of harm by a breach of the Regulations to take action in the High Court (England and Wales). Any such action must be brought within the applicable limitation periods.

       

      VI.4.4)Service from which information about the review procedure may be obtained
      Cabinet Office
      70 Whitehall
      London
      SW1A 2AS
      United Kingdom
      VI.5)Date of dispatch of this notice:
      10/05/2017
    © 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 12.05.2017
Zuletzt aktualisiert 12.05.2017
Wettbewerbs-ID 2-264933 Status Kostenpflichtig
Seitenaufrufe 43