Appointment of Conservation Architect Belfast
Appointment of Conservation Architect Led Integrated Team for Conservation Works on Listed Buildings.
United Kingdom-Belfast: Architectural and related services
2016/S 137-248856
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Queen’s University
University Road
For the attention of: Louise Taggart
BT7 1NN Belfast
United Kingdom
Telephone: +028 90973026
E-mail: l.taggart@qub.ac.uk
Internet address(es):
General address of the contracting authority: http://www.qub.ac.uk
Address of the buyer profile: http://www.qub.ac.uk/directorates/FinanceDirectorate/FinancialServices/Procurement/
Further information can be obtained from: Queen’s University
Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:Queen’s University
Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
Tenders or requests to participate must be sent to: Queen’s University
Internet address: https://in-tendhost.co.uk/queensuniversitybelfast/aspx/Home
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKN
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The following disciplines are required as part of the Integrated Team:
— conservation architect/lead consultant;
— structural engineer;
— mechanical and electrical engineer;
— quantity surveyor;
— principal designer.
The Conservation Architect will take on the role of Lead Consultant and Principal Designer.
II.1.6)Common procurement vocabulary (CPV)
71200000, 45212350, 71251000, 71240000, 71220000, 71000000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Conservation of the Lanyon Building façade marks phase 1 of an ongoing restoration programme. The Lead Consultant will develop the design brief and scope of work in accordance with the RIBA Plan of Work 2013.
The budget allocation for the phased refurbishment of the Lanyon Building Facade will be approximately 2 200 000 GBP excluding VAT and all fees. This budget figure includes the cost of any enabling works, access scaffolding and biocide washes, etc.
QUB reserve the right, without prejudice, to extend the scope of this appointment to include other Listed Buildings across the Campus.
The estimated figure listed below is for Phase 1 only and does not reflect the full contract value which may be considerably more.
Estimated value excluding VAT: 160 000 GBP
II.2.2)Information about options
Description of these options: The Contract shall be for a period of 3 years, subject to satisfactory annual review, with the option to extend the contract by up to a further 24 months.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: As set out in the tender documentation.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: As set out in the tender documentation.
III.2.3)Technical capacity
As set out in the tender documentation.
Minimum level(s) of standards possibly required:
As set out in the tender documentation.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: As set out in the tender documentation.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Project organisation. Weighting 30
2. Project management methodology. Weighting 30
3. Ability to deliver the requirements of CDM (NI) Regulations 2016. Weighting 10
4. Price. Weighting 30
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.5)Date of dispatch of this notice:
Related Posts
Joint Venture Development Partner London
Provision of Architect Services in County Durham
Architectural Services Urgent Works Notice
Architectural Led Multi-Disciplined Design Team Middlesbrough