Bewerbungsschluss |
29.05.2018, 15:00
|
Verfahren | Offenes Verfahren |
Gebäudetyp | Städtebauliche Projekte |
Art der Leistung | Objektplanung Gebäude / allgemeine Beratungsleistungen / Technische Ausrüstung / Kostenmanagement / Projektsteuerung / Vermessung |
Sprache | Englisch |
Aufgabe |
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
|
Leistungsumfang | Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP. |
Adresse des Bauherren | UK-BT3 9ED Belfast |
TED Dokumenten-Nr. | 162096-2018 |
United Kingdom-Belfast: Architectural, construction, engineering and inspection services
2018/S 073-162096
Contract notice
Services
Section I: Contracting authority
Internet address(es):
Main address: https://etendersni.gov.uk/epps
Address of the buyer profile: https://etendersni.gov.uk/epps
Section II: Object
DOF:1514180: Pan Government Integrated Consultant Team Framework Agreement 2018
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
Lot awarded will be restricted to:
a) no more than any 2 Lots out of the total of seven lots (subject to below);
b) 1 of the 2 Minor Works Lots — either Lot 2 or Lot 3 i.e. not both;
c) 1 of the 4 Small Works Lots — either Lot 4 or Lot 5 or Lot 6 or Lot 7 i.e. not more than 1.
Refer to Introduction and Brief Explanation, Section 9 for example relaxation to above.
Lot 1:Major Works
Lot 1: Major Works — Provision of services for major works projects. The geographical area of Lot 1 is throughout all of Northern Ireland.
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
This Framework will be awarded for a period 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.
It is expected that 6 consultants may be appointed to this Lot. A consultant will be appointed following a secondary competition to take forward major construction related projects with estimated values typically between 4 500 000 GBP. and 20 000 000 GBP, from RIBA Stage 0 (the Employer’s statement of requirements); through strategic assessment and outline design stage, to completion of the works; RIBA Stage 7.
Lot 2: Minor Works — North
Lot 2: Minor Works — Northern Area. The geographical area of Lot 2 comprises specified post codes in the ‘Northern’ area of Northern Ireland. Refer to. Instruction to Tenderers for list of post codes.
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
This Framework will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.
It is expected that 5 consultants may be appointed to Lot 2. A Consultant will be appointed, following secondary competitions, to take forward minor construction related projects with estimated values typically between 500 000 GBP and 4 500 000 GBP from RIBA Stage 0 (Employer’s statement of requirements); through strategic assessment and outline design stage, to completion of the works; RIBA Stage 7.
Lot 3: Minor Works — South
Lot 3: Minor Works — Provision of services for minor works projects. The geographical area of Lot 3 is restricted to specified post codes in the Southern Area of Northern Ireland.
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
This Framework will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.
It is expected that 5 consultants may be appointed to Lot 3. A Consultant will be appointed, following secondary competitions, to take forward minor construction related projects with estimated values typically between 500 000 GBP and 4 500 000 GBP. from RIBA Stage 0 (Employer’s statement of requirements); through strategic assessment and outline design stage, to completion of the works; RIBA Stage 7.
Lot 4: Small Works and Specialist Services — Region N1
Lot 4: Small Works — Northern 1 area. The geographical area of Lot 4 comprises specified post codes in the Northern 1 area of Northern Ireland. Refer to. instruction to Tenderers for list.
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
This Framework will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.
It is expected that 1 consultant will be appointed to Lot 4. The Consultant will be appointed to provide services in the Lot 4 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.
Lot 5: Small Works and Specialist Services — Region N2
Lot 5: Small Works — Northern 2 area. The geographical area of Lot 5 comprises specified post codes in the Northern 2 area of Northern Ireland. Refer to instruction to Tenderers for list.
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
This Framework will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.
It is expected that 1 consultant will be appointed to Lot 5. The Consultant will be appointed to provide. services in the Lot 5 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.
Lot 6: Small Works and Specialist Services — Region S1
Lot 6: Small Works — Southern 1 area. The geographical area of Lot 6 comprises specified post codes in the Southern 1 area of Northern Ireland. Refer to instruction to Tenderers for list.
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
This Framework will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.
It is expected that 1 consultant will be appointed to Lot 6. The Consultant will be appointed to provide services in the Lot 6 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.
Lot 7: Small Works and Specialist Services — Region S2
Lot 7: Small Works — Southern 2 area. The geographical area of Lot 7 comprises specified post codes in the Southern 2 area of Northern Ireland. Refer to instruction to Tenderers for list.
Framework for provision of construction related professional services by teams of Consultants and their supply chains, referred to as Integrated Consultant Teams (ICTs). Nature of projects to be delivered include, but not be limited to schools, universities / colleges, offices, libraries, workshops, laboratories, factories, sports and arts facilities, historic buildings, industrial units and estates, criminal justice, harbour and marine, landscaping, public realm and regeneration schemes. Consultants will provide construction related professional services including general advisory and design, advice on PPP/PFI projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services for all RIBA stages (0-7). Dependent on funding, Consultants may be appointed at any stage and an appointment could be terminated at any stage. The Framework will be awarded in 7 Lots with a total estimated value in the range 12 000 000 GBP — 18 000 000 GBP.
This framework will be awarded for a period of 4 years with an option to terminate at the end of year 1, year 2, year 3, or at any other time as may be deemed necessary by the Authority.
It is expected that 1 consultant will be appointed to Lot 7. The Consultant will be appointed to provide services in the Lot 7 area without the need for a secondary competition. They will take forward small construction related projects typically with a value up to a max of 500 000 GBP. The scope of services will typically commence at RIBA Stage 0 and continue to completion of the works at RIBA Stage 7.
Section III: Legal, economic, financial and technical information
Refer to Minimum Standards Documents for appropriate Lot (Ref: TP1-MSS1).
As part of its contract management procedures, the Contracting Authority will use the protocol for Managing Poor Supplier Performance contained in Procurement Guidance Note PGN 01/12 — Contract Management. Principles and Procedures: https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-managementprinciples-and-procedures
If an Economic Operator is subject to a Notice of Unsatisfactory Performance the Contracting Authority, at its discretion, can consider the Economic Operator’s exclusion from future procurement competitions, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy, for a period of 3 years. A list of the bodies subject to Northern Ireland Public Procurement Policy can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
Section IV: Procedure
The tenders will be opened by the Authority’s staff on the eTendersNI portal.
Section VI: Complementary information
The Authority expressly reserves the rights:
(a) not to award any Framework Agreement as a result of the procurement process commenced by publication of this notice;
(b) to award some but not necessarily all Lots under this Framework Agreement;
(c) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Authority be liable for any costs incurred by candidates participating in this competition.
Contracts awarded as a result of the Framework Agreement shall be considered as a contract made in Northern Ireland and subject to the exclusive jurisdiction of the Northern Ireland Courts. The Contracting Authority reserves the right not to establish any Framework Agreement as a result of this competition. The process may be terminated or suspended at any time without cost or liability to the Contracting Authority. While it intends to do so, the Contracting Authority does not bind itself or others to enter into any contract arising out of the procedures envisaged by this Notice. No contractual rights expressed or implied arise out of the notice or procedures envisaged by it. The Contracting Authority reserves the right to vary its requirements and the procedures relating to the conduct of the award process. The Contracting Authority shall disqualify any Economic Operator which is ineligible under Regulation 57 of the Public Contracts Regulations (PCR) (subject to any overriding public interest requirement) and reserves the right to disqualify any organisation which:
(a) provides information or confirmations which later prove to be untrue or incorrect;
(b) does not supply the information within the timescale required by this Notice or by the Invitation to Tender.
Documentation or as otherwise required during the process:
Instructions on how to submit a tender: Suppliers must be registered on the Contracting Authorities e-procurement portal, eTendersNI available on the following link: https://etendersni.gov.uk/epps/home.do
All suppliers should follow the instructions on how to submit a tender within the Introduction and Brief Explanation document held within the documents area for this procurement on the eTendersNI portal.
Internet address:https://www.finance-ni.gov.uk/contact
Internet address:https://www.finance-ni.gov.uk/contact
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).
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.
Ausschreibung veröffentlicht | 16.04.2018 | ||
Zuletzt aktualisiert | 16.04.2018 | ||
Wettbewerbs-ID | 2-299007 | Status | Kostenpflichtig |
Seitenaufrufe | 44 |
|
|
||
|
|||
Wettbewerbe, Ausschreibungen und Stellenanzeigen | |||
Für Architekten, Landschaftsarchitekten, Ingenieure und Studierende | |||
Büroprofile erfolgreicher Ingenieur- und Architekturbüros | |||
Alles online und täglich aktuell | |||