loading
  • GB-LL17 0JL St. Asaph
  • 22.10.2018
  • Ausschreibung
  • (ID 2-315327)

BCU Construction Consultancy Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.10.2018, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Büro-, Verwaltungsbauten
    Art der Leistung Objektplanung Gebäude / Objektplanung Freianlagen / Objektplanung Innenräume / Bauleitung, Objektüberwachung / Sicherheits-/ Gesundheitsschutz / Kostenmanagement / allgemeine Beratungsleistungen / Umweltverträglichkeitsstudie
    Sprache Englisch
    Aufgabe
    Betsi Cadwaladr University Health Board requires a flexible contracting arrangement to support the Capital Development Team. The Health Board aims to appoint suitable consultants to provide support for construction projects with a value of less than 4 000 000 GBP. The contract will be split into three Lots as described below:
    1) Design Team to provide Architectural, Mechanical, Electrical, Structural, Principal Designer and Civil Engineering Design to facilitate the construction projects for the Health Board. The Design Team would also include support for BREEAM, ecology and any other specialist services required under the design remit.
    2) Cost Advisor to provide support for projects with construction values below
    4 000 000 GBP from feasibility to completion.
    3) CDM Co-Ordinator to support client duties.
    Leistungsumfang
    CDM Advisor to support client duties.
    Adresse des Bauherren UK-LL17 0JL St. Asaph
    TED Dokumenten-Nr. 412258-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-St. Asaph: Construction consultancy services

      2018/S 182-412258

      Contract notice

      Services

      Legal Basis:

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      NHS Wales Shared Services Partnership
      Alder House, Alder Court, St. Asaph Business Park
      St. Asaph
      LL17 0JL
      United Kingdom
      Telephone: +44 1745448400
      E-mail: MjEwX1dkJFtjZmpXXVs2bVdiW2kkZF5pJGth
      NUTS code: UK

      Internet address(es):

      Main address: http://www.procurement.wales.nhs.uk

      Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0221

      I.2)Information about joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.etenderwales.bravosolution.co.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.etenderwales.bravosolution.co.uk
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Health

      Section II: Object

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

      BCU Construction Consultancy Framework

      Reference number: T.0720
      II.1.2)Main CPV code
      71530000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Betsi Cadwaladr University Health Board requires a flexible contracting arrangement to support the Capital Development Team. The Health Board aims to appoint suitable consultants to provide support for construction projects with a value of less than 4 000 000 GBP. The contract will be split into three Lots as described below:

      1) Design Team to provide Architectural, Mechanical, Electrical, Structural, Principal Designer and Civil Engineering Design to facilitate the construction projects for the Health Board. The Design Team would also include support for BREEAM, ecology and any other specialist services required under the design remit.

      2) Cost Advisor to provide support for projects with construction values below

      4 000 000 GBP from feasibility to completion.

      3) CDM Co-Ordinator to support client duties.

      II.1.5)Estimated total value
      Value excluding VAT: 2 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

      Design Team

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71000000
      71200000
      71210000
      71220000
      71221000
      71223000
      71222000
      71240000
      71250000
      71251000
      71400000
      71420000
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      North Wales, UK

      II.2.4)Description of the procurement:

      Lot 1

      Design Team to provide Architectural, Mechanical, Electrical, Structural, Principal Designer and Civil Engineering Design to facilitate the construction projects for the Health Board. The Design Team would also include support for BREEAM, ecology and any other specialist services required under the design remit.

      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: 36
      This contract is subject to renewal: yes
      Description of renewals:

      Option to extend by a further 12 months

      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:

      Described in procurement documents

      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
      II.2)Description
      II.2.1)Title:

      Cost Advisor

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71250000
      71251000
      71315300
      71322100
      71324000
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      North Wales, UK

      II.2.4)Description of the procurement:

      Cost Advisor to provide support for projects with construction values below 4 000 000 GBP from feasibility to completion.

      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: 36
      This contract is subject to renewal: yes
      Description of renewals:

      Option to extend by a further 12 months.

      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:

      Described in the procurement documents.

      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
      II.2)Description
      II.2.1)Title:

      CDM Advisor

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71317210
      79417000
      90721000
      71313410
      II.2.3)Place of performance
      NUTS code: UKL
      Main site or place of performance:

      North Wales, UK

      II.2.4)Description of the procurement:

      CDM Advisor to support client duties.

      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: 36
      This contract is subject to renewal: yes
      Description of renewals:

      Option to extend for a further 12 months

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      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
      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
      III.2.2)Contract performance conditions:
      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
      Restricted 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: 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: 22/10/2018
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 26/11/2018
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      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
      Electronic ordering will be used
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

      Refer to procurement documents

      Instructions to suppliers

      The deadline for submission of the completed Pre Qualification Questionnaire ("PQQ") is 12:00hrs 22.10.2018.

      The Contracting Authority will not accept requests for or to submit "PQQs" after this date.

      Bidders who access the "PQQ" will be provided with the Information and Scoring Methodology document and all associated documents.

      To access the PQQ, suppliers must register with:

      www.etenderwales.bravosolution.co.uk

      The etenderWales Reference Numbers for the three Lots within the PQQ are:

      Lot 1 Design Team: pqq_32590

      Lot 2 Cost Advisor: pqq_32591

      Lot 3 CDM Advisor: pqq_32592

      All PQQ/tender costs and liabilities incurred by bidders shall be the sole responsibility of bidders.

      The Contracting Authority reserves the right to award the contract in whole or in part, or anul the tendering process and not award any contract.

      Tender Reference Number: T.0720

      NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=85384

      (WA Ref:85384)

      The buyer considers that this contract is suitable for consortia.

      VI.4)Procedures for review
      VI.4.1)Review body
      NHS Wales Shared Services Partnership
      Alder House, Alder Court
      St. Asaph
      LL17 0JL
      United Kingdom
      Telephone: +44 1745448400

      Internet address: http://www.procurement.wales.nhs.uk

      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:
      19/09/2018
    © 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 21.09.2018
Zuletzt aktualisiert 21.09.2018
Wettbewerbs-ID 2-315327 Status Kostenpflichtig
Seitenaufrufe 36