loading
  • GB-BT9 6AA Belfast
  • 10.09.2018
  • Ausschreibung
  • (ID 2-311441)

R0013D — Professional Services Framework for Building Surveying Services in connection with Damp Remedial Measures


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 10.09.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Wohnungsbau
    Art der Leistung Bauleitung, Objektüberwachung / Kontrolle, Monitoring / Vermessung
    Sprache Englisch
    Aufgabe
    Radius Housing Association intends to appoint up to a Building surveyor led integrated design team to a Framework Agreement to provide construction related professional services for works to remedy Damp penetration is its properties together with other Sundry services / Ad-hoc works as described in the Invitation to tender documentation. Please note that this is one of a number of Planned maintenance Framework Agreements which the Contracting Authority intends to award.
    Adresse des Bauherren UK-BT9 6AA Belfast
    TED Dokumenten-Nr. 349189-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Belfast: Building surveying services

      2018/S 152-349189

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Radius Housing
      Radius House
      Belfast
      BT9 6AA
      United Kingdom
      Contact person: clarificationsradiushousing.org
      Telephone: +44 3301230888
      E-mail: MjEzVl9UZVxZXFZUZ1xiYWYzZVRXXGhmW2JoZlxhWiFiZVo=
      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
      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 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:

      R0013D — Professional Services Framework for Building Surveying Services in connection with Damp Remedial Measures

      II.1.2)Main CPV code
      71315300
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Radius Housing Association intends to appoint up to a Building surveyor led integrated design team to a Framework Agreement to provide construction related professional services for works to remedy Damp penetration is its properties together with other Sundry services / Ad-hoc works as described in the Invitation to tender documentation. Please note that this is one of a number of Planned maintenance Framework Agreements which the Contracting Authority intends to award.

      II.1.5)Estimated total value
      Value excluding VAT: 400 000.00 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)
      71315300
      II.2.3)Place of performance
      NUTS code: UKN
      II.2.4)Description of the procurement:

      Radius Housing Association intends to appoint up to a Building surveyor led integrated design team to a Framework Agreement to provide construction related professional services for works to remedy Damp penetration is its properties together with other Sundry services / Ad-hoc works as described in the Invitation to tender documentation. Please note that this is one of a number of Planned Maintenance Framework Agreements which the Contracting Authority intends to award.

      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: 400 000.00 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:

      Award will be for an initial period of 2 years with the option to extend for 2 further 1 year periods. Progression to these subsequent years will be subject to meeting the performance requirements detailed within the Tender documents.

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

      Award will be for an initial period of 2 years with the option to extend for 2 further 1 year periods. Progression to these subsequent years will be subject to meeting the performance requirements detailed within the Tender documents.

      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

      Please note that this is one of a number of Planned maintenance Framework Agreements which the Contracting Authority intends to award. In particular an Economic operator who is appointed to the Project management and quantity surveying Framework will not be entitled to be appointed any other planned maintenance Framework.

      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:

      As stated in the Tender documents.

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

      As stated in the Tender documents.

      Minimum level(s) of standards possibly required:

      As stated in the Tender documents.

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

      As stated in the Tender documents.

      Minimum level(s) of standards possibly required:

      As stated in the Tender 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:

      As stated in the Tender 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 a single operator
      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: 10/09/2018
      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
      Tender must be valid until: 08/01/2019
      IV.2.7)Conditions for opening of tenders
      Date: 10/09/2018
      Local time: 12:30

      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:
      VI.4)Procedures for review
      VI.4.1)Review body
      High Courts of Justive Northern Ireland
      Belfast
      United Kingdom
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      07/08/2018
    © 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 09.08.2018
Zuletzt aktualisiert 09.08.2018
Wettbewerbs-ID 2-311441 Status Kostenpflichtig
Seitenaufrufe 38