Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Housing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Competition for the Appointment to a Framework Agreement for the provision of Employer's Agent led Consultancy Team Services.
Reference number: PRN963
II.1.2)Main CPV code
71541000
II.1.3)Type of contract
Services
II.1.4)Short description:
Choice Housing Ireland Limited and its group subsidiary companies (Choice) wishes to appoint consultancy teams to provide Employer's Agent and associated services relating to the delivery of design and build housing developments at various locations within Northern Ireland. Further information is contained within the ITT documents.
II.1.5)Estimated total value
Value excluding VAT: 3 000 000.00 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)
71220000
71324000
II.2.3)Place of performance
NUTS code: UKN
II.2.4)Description of the procurement:
Choice Housing Ireland Limited and its group subsidiary companies (Choice) wishes to appoint consultancy teams to provide Employer's Agent and associated services relating to the delivery of design and build developments at various locations within Northern Ireland. Further information is contained within the ITT documents.
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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
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:
Those undertaking the following roles are required to confirm that they hold the licences/ certificates/ accreditations stated in the ITT documents:
Employer's Agent/ Lead Consultant;
Project Manager (including the Supervisor);
Architect;
Quantity Surveyor/ Cost Manager.
Only those Consultancy Teams proposed for appointment to a Framework Agreement will be required to provide evidence of the relevant licences/ certificates/ accreditations as a condition precedent to appointment to the Framework Agreement.
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
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
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 from the list below core disciplines 1 and 2 plus either of core disciplines 3 or 4 within its own resources:
The Core Disciplines are:
1. Employer's Agent/Lead Consultant;
2. ECC Project Manager (incorporating ECC Supervisor);
3. Architect;
4. Quantity Surveyor/Cost Manager.
III.2.2)Contract performance conditions:
As detailed in the ITT documents.
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
Open 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: 3
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: 29/09/2017
Local time: 12:00
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: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 02/10/2017
Local time: 10:00
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:
The ITT Submission must be returned by the date and time specific in section IV.2.2) and in accordance with the instructions set out in the Memorandum of Information and ITT documents. ITT Submissions returned after the deadline may not be considered.
Choice shall not be responsible for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
All dates and time periods specified in this notice are provisional only and Choice reserves the right to change these.
Choice reserves the right to cancel this procurement at any stage.
Should Choice decide to enter into a Framework Agreement with any Consultancy Team, this does not mean that there is any guarantee of subsequent Call-Off contracts being awarded. Any expenditure, work or effort undertaken prior to the award of Call-Off Contracts under the Framework Agreement is accordingly a matter solely for the commercial judgment of the Consultancy Team.
All discussion and correspondence shall be deemed strictly subject to contract until the Framework Agreement is entered into. The Framework Agreement shall not be binding until it has been signed and dated by duly authorised representatives of both Choice and the relevant Consultancy Team.
VI.4)Procedures for review
VI.4.1)Review body
High Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.2)Body responsible for mediation procedures
High Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
High Courts of Justice in Northern Ireland
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.5)Date of dispatch of this notice:
22/08/2017