loading
  • GB-BT1 2NQ Belfast
  • 23.08.2018
  • Ausschreibung
  • (ID 2-308335)

DE 1218877-Appointment of an ICT for Fort Hill IC and IPS, Lisburn


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 23.08.2018, 15:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Objektplanung Gebäude / allgemeine Beratungsleistungen / Kostenmanagement / Projektsteuerung
    Sprache Englisch
    Aufgabe
    The appointment of a Project Manager led Integrated Consultants Team to include: project management, provision of architectural, quantity surveying, structural, civil, building services design, and Lead Designer services for input and development of initial design proposals to RIBA Plan of Work 2013 Stage 3 and to successfully obtain Planning Approval prior to undertaking the procurement of an Integrated Supply Team (IST) to undertake the detailed design and construction of the new Fort Hill Integrated College and Integrated Primary School. Thereafter providing design advisory, technical review, monitoring of the IST and audit services throughout the construction works. For a complete description of this procurement refer to the Pre-Qualification Questionnaire Package. The Contract will be awarded to the Economic Operator which has submitted the Most Economically Advantageous Tender (MEAT) using the Mean Narrow Average, Price Scoring Mechanism — refer to Draft ITT Document 1 of 4.
    Leistungsumfang
    The appointment of a Project Manager led Integrated Consultants Team to include: project management, provision of architectural, quantity surveying, structural, civil, building services design, and Lead Designer services for input and development of initial design proposals to RIBA Plan of Work 2013 Stage 3 and to successfully obtain Planning Approval prior to undertaking the procurement of an Integrated Supply Team (IST) to undertake the detailed design and construction of the new Fort Hill Integrated College and Integrated Primary School. Thereafter providing design advisory, technical review, monitoring of the IST and audit services throughout the construction works. For a complete description of this procurement refer to the Pre-Qualification Questionnaire Package. The Contract will be awarded to the Economic Operator which has submitted the Most Economically Advantageous Tender (MEAT) using the Mean Narrow Average, Price Scoring Mechanism — refer to Draft ITT Document 1 of 4.
    Adresse des Bauherren UK-BT1 2NQ Belfast
    TED Dokumenten-Nr. 298835-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Belfast: Architectural, construction, engineering and inspection services

      2018/S 131-298835

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Education Authority Northern Ireland
      40 Academy Street
      Belfast
      BT1 2NQ
      United Kingdom
      Contact person: construct.infofinance-ni.gov.uk
      Telephone: +44 2890816555
      E-mail: MjE5UFxbYGFfYlBhG1ZbU1wtU1ZbTltQUhpbVhtUXGMbYlg=
      NUTS code: UK

      Internet address(es):

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

      Address of the buyer profile: https://etendersni.gov.uk/epps

      I.1)Name and addresses
      Department of Education NI
      Rathgael House
      Bangor
      BT19 7PR
      United Kingdom
      E-mail: MTVeamlub21wXm8pZGlhajthZGlcaV5gKGlkKWJqcSlwZg==
      NUTS code: UK

      Internet address(es):

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

      Address of the buyer profile: https://etendersni.gov.uk/epps

      I.2)Information about joint procurement
      The contract involves 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
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://etendersni.gov.uk/epps
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://etendersni.gov.uk/epps
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Education

      Section II: Object

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

      DE 1218877-Appointment of an ICT for Fort Hill IC and IPS, Lisburn

      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The appointment of a Project Manager led Integrated Consultants Team to include: project management, provision of architectural, quantity surveying, structural, civil, building services design, and Lead Designer services for input and development of initial design proposals to RIBA Plan of Work 2013 Stage 3 and to successfully obtain Planning Approval prior to undertaking the procurement of an Integrated Supply Team (IST) to undertake the detailed design and construction of the new Fort Hill Integrated College and Integrated Primary School. Thereafter providing design advisory, technical review, monitoring of the IST and audit services throughout the construction works. For a complete description of this procurement refer to the Pre-Qualification Questionnaire Package. The Contract will be awarded to the Economic Operator which has submitted the Most Economically Advantageous Tender (MEAT) using the Mean Narrow Average, Price Scoring Mechanism — refer to Draft ITT Document 1 of 4.

      II.1.5)Estimated total value
      Value excluding VAT: 1 200 000.00 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)
      71541000
      71220000
      71324000
      71300000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKN
      NUTS code: UKN14
      Main site or place of performance:

      Fort Hill Integrated College and Fort Hill Integrated Primary School Lisburn, Co. Antrim, N. Ireland.

      II.2.4)Description of the procurement:

      The appointment of a Project Manager led Integrated Consultants Team to include: project management, provision of architectural, quantity surveying, structural, civil, building services design, and Lead Designer services for input and development of initial design proposals to RIBA Plan of Work 2013 Stage 3 and to successfully obtain Planning Approval prior to undertaking the procurement of an Integrated Supply Team (IST) to undertake the detailed design and construction of the new Fort Hill Integrated College and Integrated Primary School. Thereafter providing design advisory, technical review, monitoring of the IST and audit services throughout the construction works. For a complete description of this procurement refer to the Pre-Qualification Questionnaire Package. The Contract will be awarded to the Economic Operator which has submitted the Most Economically Advantageous Tender (MEAT) using the Mean Narrow Average, Price Scoring Mechanism — refer to Draft ITT Document 1 of 4.

      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: 1 200 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 60
      This contract is subject to renewal: no
      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: 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

      Form of contract. An NEC3 Professional Services Contract will be used to provide the Services.

      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 order for an Economic Operator to be eligible to participate in this competition the Economic. Operator Team must hold all relevant licences, accreditations or certificates for specific categories and sectors as set out below:

      Project Manager: member of the Association of Project Management (MAPM) or equivalent.

      Architect: registered as a Chartered Member of the Royal Institute of British Architects (RIBA) or equivalent.

      Quantity Surveyor: registered as a Chartered Member of the Royal Institute of Chartered Surveyors (RICS) or equivalent

      M and E Engineer: registered as a Member of the Chartered Institute of Building Services Engineers (CIBSE) or a Chartered Member of the Institution of Engineering and Technology (IET) or a Chartered Member of the Institution of Mechanical Engineers (IMechE) or equivalent.

      Civil / Structural Engineer: chartered Member of the Institution of Civil or Structural Engineers (MICE) or (MIStruct.E) or equivalent.

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

      In order for an Economic Operator to be eligible to participate in this competition its Constructionline category. Value must be at least equal to the value set out below in at least 1 of the Work Categories. Work categories:

      — Project Management — Project Management — 71541000-2,

      — Architecture — Architecture and Design Services — 71220000-6,

      — Quantity Surveyor: Quantity Surveying Services: 71324000-5,

      — Mechanical and Electrical: Building Services Consultancy Services: 71315210-4,

      — Civil and Structural Engineering — Civil and Structural Engineering — 713111000-1 and 71312000-8.

      Contractors / Consultants are required to be registered and have verified status on Constructionline. Suppliers should have the minimum category value (400 000 GBP) in at least 1 of the Constructionline categories specified above.

      List and brief description of selection criteria:

      Refer to procurement documents should an Economic Operator wish the Contracting Authority to consider a Work Category not listed it shall make its request as instructed in MoI-Section 5 before the PQQP Submission Deadline for queries.

      Minimum level(s) of standards possibly required:

      Minimum Category Value for Economic Operator 400 000 GBP. The Lead Enterprise of the Group of Economic Operators shall have a Category Value no less than 160 000 GBP and the other Members of a Group of Economic. Operators and Other Entities Category Values when added together must be equal to or greater than 400 000 GBP. In order for an Economic Operator to be eligible to participate in this competition the Economic Operator Team must hold valid insurance to all the applicable values:

      1. public liability insurance with a minimum limit of indemnity not less than 10 000 000 GBP per incident;

      2. employer’s liability insurance (Economic Operator only) with a minimum limit of indemnity not less than 10 000 000 GBP per incident compliant with applicable statutory requirements;

      4. professional indemnity insurance. Professional indemnity insurance for all activities of a professional nature including design liability with a limit of indemnity of not less than that specified below in GBP for each and every claim Economic Operator 5 300 000 GBP.

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

      Structure of the Economic Operator Team. 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 one of the core disciplines listed below from within its own resources:

      — Core Disciplines,

      — Project Manager,

      — Architect,

      — Quantity Surveyor,

      — Mechanical and Electrical Engineer,

      — Civil Engineering.

      The Economic Operator must therefore complete the relevant PQQ (and PQQ1A, where applicable).

      Consultant Team Member (CTM):

      The term CTM means the party providing one of following discipline services on behalf of the Economic Operator. For the purposes of pre-qualification, the following CTMs will be assessed:

      — Project Manager,

      — Architect,

      — Quantity Surveyor,

      — Mechanical and Electrical Engineer,

      — Civil Engineering.

      In the event that an Economic Operator intends to provide any of the above services using an in-house resource then PQQ2 to PQQ6 shall still be completed in full by the Economic Operator Economic Operators are advised that only one CTM can be listed against each discipline. If an Economic Operator submits more than one CTM per discipline their submission will not be assessed until one is identified Economic Operator as CTM. In addition to PQQ1 (and if applicable PQQ1A) the Economic Operator must also submit a completed PQQ for each core discipline for which it will act.

      Minimum level(s) of standards possibly required:

      Refer to MoI Evaluation Matrix and PQQ1 to PQQ6 for assessment indicators.

      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 Contract 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 needs to be updated for new guidance. 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 12 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

      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: 23/08/2018
      Local time: 15:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 03/12/2018
      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
      Tender must be valid until: 21/11/2018
      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, in its capacity as a Central Purchasing Body, is administering this procurement on behalf of the Contracting Authority. The Contracting Authority expressly reserves the right:

      i. to award 1, some, all or no Lots;

      ii. not to award any contract / Framework Agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and

      iii. 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 Economic Operators or Candidates. Any expenditure, work or effort undertaken. prior to contract award is accordingly at the sole risk of the Economic Operator or Candidate participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives. No business whatsoever is guaranteed under any resulting Framework Agreement or contract indeed there is no guarantee that any Framework Agreement or contract will be put in place in relation to this Notice. No compensation etc will be paid if a contract or Framework Agreement is withdrawn for any reason. Economic Operators should take part in this process only on the basis that they fully understand and accept. this position.

      VI.4)Procedures for review
      VI.4.1)Review body
      Department of Finance, Central Procurement Directorate, Procurement Operations Branch
      Clare House, 303 Airport Road
      Belfast
      BT3 9ED
      United Kingdom
      Telephone: +44 2890816555

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

      VI.4.2)Body responsible for mediation procedures
      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:
      09/07/2018
    © 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 11.07.2018
Zuletzt aktualisiert 11.07.2018
Wettbewerbs-ID 2-308335 Status Kostenpflichtig
Seitenaufrufe 41