loading
  • GB-BT7 2JB Belfast
  • 17.08.2017
  • Ausschreibung
  • (ID 2-271602)

DfC — Department for Communities Public Realm/Environmental Improvement Schemes ICT Framework Agreement 2017-2021.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 17.08.2017, 15:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Art der Leistung allgemeine Beratungsleistungen / Objektplanung Verkehrsanlagen / Stadt-/ Gebietsplanung / Objektplanung Freianlagen
    Sprache Englisch
    Aufgabe
    The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Package Orders will be allocated by call-off and secondary competition and the Employer will appoint the Lead Consultants ICT and CTM's using an NEC3 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. The schemes shall generally comprise a combination of landscape and civil engineering elements which may include road and footpath re-surfacing, tree and shrub planting, drainage, walls and railings, lighting, and the incorporation of street furniture. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area.
    Leistungsumfang
    The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Package Orders will be allocated by call-off and secondary competition and the Employer will appoint the Lead Consultants ICT and CTM's using an NEC3 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. The schemes shall generally comprise a combination of landscape and civil engineering elements which may include road and footpath re-surfacing, tree and shrub planting, drainage, walls and railings, lighting, and the incorporation of street furniture. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area.
    Adresse des Bauherren UK-BT7 2JB Belfast
    TED Dokumenten-Nr. 270161-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: Landscape architectural services

      2017/S 132-270161

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Department for Communities
      Lighthouse Building 4th Floor, gasworks Business Park, Ormeau Road
      Belfast
      BT7 2JB
      United Kingdom
      Contact person: Contracts and Standards Branch
      Telephone: +44 2890816555
      E-mail: MjEzVmJhZmdlaFZnIVxhWWIzWVxhVGFWWCBhXCFaYmkhaF4=
      NUTS code: UKN0

      Internet address(es):

      Main address: https://etendersni.gov.uk/epps/home.do

      Address of the buyer profile: https://www.finance-ni.gov.uk/contact

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendersni.gov.uk/epps/home.do
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etendersni.gov.uk/epps/home.do
      I.4)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local subdivisions
      I.5)Main activity
      General public services

      Section II: Object

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

       

      DfC — Department for Communities Public Realm/Environmental Improvement Schemes ICT Framework Agreement 2017-2021.

       

      II.1.2)Main CPV code
      71420000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Package Orders will be allocated by call-off and secondary competition and the Employer will appoint the Lead Consultants ICT and CTM's using an NEC3 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. The schemes shall generally comprise a combination of landscape and civil engineering elements which may include road and footpath re-surfacing, tree and shrub planting, drainage, walls and railings, lighting, and the incorporation of street furniture. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area.

       

      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)
      71410000
      71311000
      71311210
      71311220
      71312000
      II.2.3)Place of performance
      NUTS code: UKN0
      II.2.4)Description of the procurement:

       

      The Framework is for the provision of construction related Professional Services by Integrated Consultant Teams associated with Urban Public Realm/Environmental Improvement Schemes. Time Charge and Package Orders will be allocated by call-off and secondary competition and the Employer will appoint the Lead Consultants ICT and CTM's using an NEC3 PSC. The ICT's will be required to fully design the schemes and take them through the various stages of consultation with Statutory Bodies and local communities, obtain planning approval and procure and manage Works Contracts. The schemes shall generally comprise a combination of landscape and civil engineering elements which may include road and footpath re-surfacing, tree and shrub planting, drainage, walls and railings, lighting, and the incorporation of street furniture. Further locations may be identified for development, however it is anticipated that the majority of schemes will mainly be implemented in the Greater Belfast area.

       

      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: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      As specified in the pre-qualification documentation.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: yes
      Description of options:

       

      This Framework Agreement will be awarded for a period of 4 years with the option to terminate at the end of Year 1, Year 2 and Year 3 or at any other time as may be deemed necessary by the Contracting Authority.

       

      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:

       

      List and brief description of conditions: As specified in the MOI Part B of the pre-qualification documents.

       

      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:

       

      The economic operators' performance on this framework agreement will be regularly monitored. If an economic operator fails to reach satisfactory levels of performance the economic operator may be issued with a Certificate of Unsatisfactory Performance.. . The issue of a Certificate of Unsatisfactory Performance will result in the economic operator being excluded from all procurement competitions being undertaken by Contracting Authorities on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate. A list of these bodies can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies

       

      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 several operators
      Envisaged maximum number of participants to the framework agreement: 4
      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: 17/08/2017
      Local time: 15:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      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: 6 (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
      VI.3)Additional information:

       

      CPD is assisting the CA Department for Communities in conducting the procurement process for this framework requirement, but for the avoidance of doubt, all contracts will be entered into by the Department for Communities and the successful tenderers. CPD is acting as a central purchasing body. The Contracting Authority expressly reserves the rights: i. not to award any contract as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage;. ii. to make whatever changes it may see fit to the content and structure of the tendering competition;. iii. to award a contract(s) in respect of any part(s) of the services covered by this notice; and. iv. to award contract(s) in stages and in no circumstances will the Contracting Authority be liable for any costs incurred by candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at risk of the company participating in this procurement process. This framework will be used to progress the Government's wider social, economic and environmental objectives.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Department of Finance, Central Procurement Directorate Contracts Standards Branch
      Clare House, 303 Airport Road West
      Belfast
      BT3 9ED
      United Kingdom
      Telephone: +44 2890816555
      E-mail: MjE4UV1cYWJgY1FiHFdcVF0uVFdcT1xRUxtcVxxVXWQcY1k=

      Internet address:https://www.finance-ni.gov.uk/contact

      VI.4.2)Body responsible for mediation procedures
      Department of Finance, Central Procurement Directorate Contracts Standards Branch
      Clare House, 303 Airport Road West
      Belfast
      BT3 9ED
      United Kingdom
      Telephone: +44 2890816555
      E-mail: MTZdaWhtbmxvXW4oY2hgaTpgY2hbaF1fJ2hjKGFpcChvZQ==

      Internet address:https://www.finance-ni.gov.uk/contact

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

       

      This procurement is governed by the Public Contracts Regulations 2015 and provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers. That notification will provide 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. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for doing so.)

       

      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      11/07/2017
    © 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 13.07.2017
Zuletzt aktualisiert 13.07.2017
Wettbewerbs-ID 2-271602 Status Kostenpflichtig
Seitenaufrufe 47