Building Surveyor Led Design Team Consultancy Services
Competition for Appointment to a Framework Agreement for the provision of Building Surveyor Led Design Team Consultancy Services.
United Kingdom-Belfast: Building surveying services
2016/S 121-215042
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
37-41 May Street
Belfast
BT1 4DN
United Kingdom
Contact person: Procurement Manager — Kiara Dryden
Telephone: +44 2890441317
E-mail: contracts@choice-housing.org
NUTS code: UKN
Internet address(es):Main address: http://www.choice-housing.org/
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Competition for Appointment to a Framework Agreement for the provision of Building Surveyor Led Design Team Consultancy Services.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Choice Housing Ireland Limited and its subsidiary companies (Choice) wishes to to appoint Building Surveyor led Design Teams to provide directly, and/or in conjunction with other consultants appointed by Choice and other separately appointed consultants, services relating to surveys, planning, design, procurement, construction (design and management) coordination, contract administration, acting as Client’s Representative and project management in connection with the delivery of projects on a range of dwelling designs, accommodation needs and services including:
— General needs accommodation for families and single persons;
— Accommodation for the elderly;
— Supported housing for people with disabilities including those with mental health difficulties, learning disabilities and those who are physically disabled;
— Support services for vulnerable groups;
— Affordable housing.
Further information is contained within the ITT documents.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Choice wishes to appoint Building Surveyor led Design Teams to provide directly, and/or in conjunction with other consultants appointed by Choice and other separately appointed consultants, services relating to surveys, planning, design, procurement, construction (design and management) coordination, contract administration, acting as Client’s Representative and project management in connection with the delivery of projects on a range of dwelling designs, accommodation needs and services including:
— General needs accommodation for families and single persons;
— Accommodation for the elderly;
— Supported housing for people with disabilities including those with mental health difficulties, learning disabilities and those who are physically disabled;
— Support services for vulnerable groups;
— Affordable housing.
Works arising from the issue of Call-Off Contracts may include, but are not limited to, the following:
— Planned or cyclical multi element improvement works which may include;
— Major repair work involving external and internal improvement works;
— Planned or cyclical maintenance;
— Repairing and/or replacing walls, external doors and windows, roofs;
— Other external site works;
— Kitchen and bathroom replacement;
— Mechanical and electrical installations;
— New heating installations and electrical re-wiring;
— Minor miscellaneous repair works;
— Remodelling works which may include;
— Extensions or conversions to 1 or more dwellings;
— Adaptation for people with disabilities;
— Insulation/energy conservation measures;
— Works to ensure that Choice complies with statutory requirements such as Health and Safety at Work (Northern Ireland) Order 1978 and Disability Discrimination Act 1995 in Northern Ireland;
— Survey works including;
— Existing Stock condition surveys to RICS standard;
— Pre-Purchase Condition Surveys to RICS standard.
For the avoidance of doubt, the works do not involve response maintenance works.
The Design Team shall consist of the following professional disciplines:
— Building Surveyor: also to undertake the role of;
— The lead consultant, managing overall service delivery by the design team members;
— Mechanical and Electrical Engineer;
— Structural Engineer;
— Quantity Surveyor;
— CDM Coordinator;
(Together the Design Team and individually Design Team Members).
Building Surveyors will be appointed to the Framework Agreement as lead consultants and they shall be solely responsible for all Design Team Members they intend to use to provide the Services.
Design Teams and Design Team Members should be aware of the minimum requirements in terms of economic and financial standing and technical and professional ability for this competition.
Following this competition Choice intends to appoint 6 Design Teams to Frameworks.
Choice is not in a position to guarantee the frequency or value of Call-Off Contracts that may be awarded to Design Teams appointed under the Framework Agreement.
Further information is contained within the ITT documents.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
The Design Team Members identified below are required to confirm they have in place the following licences/certificates/accreditations for the relevant discipline.
Building Surveyor (and Lead Consultant) — Full Corporate Membership of the Royal Institution of Chartered Surveyors (Building Surveying professional group) or other equivalent competent professional body, in the member State or country where the Economic Operator is established;
Mechanical and Electrical Engineer — Full Corporate Membership of the Institution of Mechanical Engineers and Institution of Electrical Engineers or Institution of Electrical Engineering or other equivalent competent professional body, in the member State or country where the Economic Operator is established;
Structural Engineer — Full Corporate Membership of the Institution of Structural Engineers or other equivalent competent professional body, in the member State or country where the Economic Operator is established;
Quantity Surveyor — Full Corporate Membership of the Royal Institution of Chartered Surveyors (Quantity Surveying professional group) or other equivalent competent professional body, in the member State or country where the Economic Operator is established.
Only the Design Teams appointed to the Framework Agreement will be required to provide evidence of the relevant licences/certificates/accreditations as a condition precedent to appointment to the Framework Agreement.
Further information is contained within the ITT documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.1)Information about a particular profession
The Design Team shall consist of the following professional disciplines:
— Building Surveyor (and Lead Consultant);
— Mechanical and Electrical Engineer;
— Structural Engineer;
— Quantity Surveyor;
— CDM Coordinator.
Further information is contained within the ITT documents.
III.2.2)Contract performance conditions:
As detailed within the ITT documents.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.3)Additional information:
The ITT Submission must be returned by the date and time specific in Section IV.2.2) and in accordance with the instructions set out in the Memorandum of Information and ITT documents. ITT Submissions returned after the deadline may not be considered.
Choice shall not be responsible for any costs, charges or expenses, irrespective of the outcome of the competition, or if the competition is cancelled or postponed.
All dates and time periods specified in this notice are provisional only and Choice reserves the right to change these.
Choice reserves the right to cancel this procurement at any stage.
Should Choice decide to enter into a Framework Agreement with a Design Team, this does not mean that there is any guarantee of subsequent Call-Off contracts being awarded. Any expenditure, work or effort undertaken prior to the award of Call-Off Contracts under the Framework Agreement is accordingly a matter solely for the commercial judgment of the Design Team.
All discussion and correspondence shall be deemed strictly subject to contract until the Framework Agreement is entered into. The Framework Agreement shall not be binding until it has been signed and dated by duly authorised representatives of both Choice and the relevant Design Team.
The value provided at Section II.1.5) is an estimate only.
VI.4.1)Review body
Royal Courts of Justice, Chichester Street
Belfast
BT1 3JY
United Kingdom
VI.4.3)Review procedure
In accordance with the Public Contracts Regulations 2015 (as amended).
VI.5)Date of dispatch of this notice:
Related Posts
Competitive Design and Build Contract Belfast
Hillsborough Castle Landscape Designer Framework
Design and Build Contract Luton
University of Worcester Project Management Services