loading
  • GB-BT1 4DN Belfast
  • 29.09.2017
  • Ausschreibung
  • (ID 2-275854)

Competition for the Appointment to a Framework Agreement for the provision of Employer's Agent led Consultancy Team Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 29.09.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Objektplanung Gebäude / Kostenmanagement / Projektsteuerung / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    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.
    Adresse des Bauherren UK-BT1 4DN Belfast
    TED Dokumenten-Nr. 330674-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Belfast: Construction project management services

      2017/S 160-330674

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Choice Housing Ireland Limited (and its subsidiaries)
      37-41 May Street
      Belfast
      BT1 4DN
      United Kingdom
      Contact person: Procurement Manager — Kiara Dryden
      Telephone: +44 2890441327
      E-mail: MjE2VFVmVVxfYF1VXmRgYl9XYlFdXVUwU1hfWVNVHVhfZWNZXlceX2JX
      NUTS code: UKN

      Internet address(es):

      Main address: http://www.choice-housing.org/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.choice-housing.org/work-with-us/tenders
      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
    © 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 23.08.2017
Zuletzt aktualisiert 23.08.2017
Wettbewerbs-ID 2-275854 Status Kostenpflichtig
Seitenaufrufe 45