Integrated Team Framework for Belfast City Council
Framework Agreement ‘B’ is for the provision of construction related professional services by a consultant and its supply chain, collectively referred to as an ‘integrated consultant team’ (ICT).
UK-Belfast: Architectural, construction, engineering and inspection services
2013/S 112-191787
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Belfast City Council
Adelaide Exchange, 24-26 Adelaide Street
For the attention of: Michael Stanley
BT2 8GD Belfast
UNITED KINGDOM
Telephone: +44 2890320202
E-mail: pmu@belfastcity.gov.uk
Internet address(es):
General address of the contracting authority: www.belfastcity.gov.uk/tenders
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
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
Main site or location of works, place of delivery or of performance: Northern Ireland.
NUTS code UKN
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 6 000 000 and 10 000 000 GBP
Each Economic Operator Team shall include the following core professional disciplines: architect, building services engineer, structural engineer and civil engineer.
The scope and nature of services required will be determined by the needs of the Client and may include the provision of services associated with new building, civil engineering and refurbishment construction works projects of the following types: office accommodation, workshops, storage facilities, amenity facilities, waste facilities sports facilities and play surfaces, cultural and arts facilities, leisure facilities (wet and dry, and dry facilities), historic and listed buildings, business/industrial units, crematoria and cemetery facilities, community safety intervention schemes (‘alleygating’), playground refurbishments, environmental improvement schemes, regeneration schemes, arterial routes enhancements, Greenflag improvement schemes, community gardens, multi-use games areas (MUGA’s), outdoor gymnasiums, youth association areas, and general landscaping schemes associated with site/park/estates roadways.
Secondary competitions will be held using a selection procedure – on a project-by-project basis – among those appointed to Framework Agreement ‘B’ to determine which shall be contracted (via call-off contracts) to take forward projects from the Client’s initial statement of requirements to project handover and completion. This will involve taking projects through strategic assessment and business justification, outline design stage, detailed design stage, the tender process and construction phase through to project completion. Each Economic Operator Team will be required to have the capability to undertake full detailed design.
The principal procurement route to be used on projects delivered under Framework Agreement ‘B’ will be full and complete design by the Economic Operator Team followed by tender process, appointment of a works contractor and subsequent construction by the contractor. The Economic Operator Team appointed under Framework Agreement ‘B’ and a subsequent call-off contract will provide multidisciplinary professional advice to the Client (or its appointed employer’s agent / project manager and other consultants) as necessary to ensure its detailed design and the construction fully meet the Client’s project requirements in terms of cost, programme, quality, health and safety and sustainability.
On occasions the Client may require detailed design to be undertaken by the Economic Operator Team under a call off contract up to a specific point or stage (e.g. RIBA Plan of Work 2013 Stage 3+) and then be taken forward by an integrated supply team (IST) consisting of contractors, specialist sub-contractors, designers and their supply chains appointed separately by the Client, using the services of the Economic Operator Team. On such occasions, after the IST is appointed, the appointed Economic Operator Team will continue to be required to provide multidisciplinary professional advice to the Client (or its appointed employer’s agent / project manager and other consultants) as necessary to ensure the detailed design and the construction fully meet the Client’s project requirements in terms of cost, programme, quality, health and safety and sustainability.
The Client may require the appointed Economic Operator Team to provide services on projects which use a range of different forms of construction works contracts. This may include JCT, ICE, GC Works and other contract forms however it is envisaged that the NEC3 suite of contracts will be the principal form of contract used for the delivery of construction works projects.
An appointed Economic Operator Team may also be required (under a call-off contract) to provide a wide range of construction related professional services including general advisory services, advice on PFI/PPP projects, procurement services, studies, surveys, investigations, reports and other specialist services.
The form of agreement shall be based upon the NEC3 Framework Contract (April 2013). The terms and conditions of the Framework Agreement will be included within the Invitation to Tender (ITT) documentation issued to those Economic Operators who are selected to tender. An NEC3 Professional Services Contract (April 2013) shall be used as the basis for call-off contracts.
Economic Operators appointed to Framework Agreement ‘B’ shall be required to submit tenders for projects, through secondary competitions, which will subsequently be evaluated by the Economic Operator appointed to Collaborative Employer’s Agent and Project Management Services Framework Agreement ‘A’. Following an award of a call-off contract through a secondary competition, Economic Operators appointed to Framework Agreement ‘B’ will be required to deliver Services on project(s) and will be managed by the Economic Operator appointed to Framework Agreement ‘A’. The Economic Operator (or where the Economic Operator is a Consortium, any of the Consortium members) appointed to Framework Agreement ‘A’ cannot also be appointed under Framework Agreement ‘B’ as an Economic Operator or as a Consortium member and cannot be a Key Sub-contractor to any such persons appointed to Framework Agreement ‘B’. This is to ensure that the Economic Operator appointed to Framework Agreement ‘A’ can perform the services required under Framework Agreement ‘A’ with full and complete independence, with no conflict of interest and to eliminate the risk of collusion.
The Economic Operator appointed under Collaborative Cost Management and Quantity Surveying Services Framework Agreement ‘C’ shall be required to provide cost advice and cost management information to the Client (or to an Economic Operator appointed as employers agent / project manager under Framework Agreement ‘A’) based upon services provided by Economic Operators appointed to Framework Agreement ‘B’. The Economic Operator (or where the Economic Operator is a Consortium, any of the Consortium members) appointed to Framework Agreement ‘C’ cannot also be appointed under Framework Agreement ‘B’ as an Economic Operator or as a Consortium member and cannot be a Key Sub-contractor to any such persons appointed to Framework Agreement ‘B’. This is to ensure that the Economic Operator appointed to Framework Agreement ‘C’ can perform the services required under Framework Agreement ‘C’ with full and complete independence, with no conflict of interest and to eliminate the risk of collusion.
Where at award stage of this Competition an Economic Operator (or where the Economic Operator is a Consortium, any of the Consortium members) or a Key Sub-Contractor forming part of an Economic Operator’s Team is chosen to be appointed to Framework agreement ‘B’ and/or where that Economic Operator or Consortium member or Key Sub-Contractor forming part of an Economic Operator’s Team is also chosen to be the Economic Operator (or is a member of a Consortium) appointed to Framework Agreement ‘A’, and/or is also chosen to be an Economic Operator or Consortium member appointed to Framework Agreement ‘C’, the Economic Operator shall be required to select and confirm which Framework Agreement (Framework Agreement ‘A’ or Framework Agreement ‘B’ or Framework Agreement ‘C’) it wishes to be appointed to. An Economic Operator or a Consortium member appointed under Framework Agreement ‘B’ or a Key Sub-Contractor to any such person cannot also be appointed under Framework Agreement ‘A’; nor can it be an Economic Operator or a Consortium member appointed to Framework Agreement ‘C’. Economic Operators are advised to bear this in mind when forming their teams.
This Framework Agreement is being established by Belfast City Council on behalf of other local councils (including subsidised bodies or other grant recipients) requiring services in Northern Ireland. A list of potential organisations is included in the Pre-Qualification Questionnaire Documentation.
Market information events will be held at Waterfront Hall, 2 Lanyon Place, Belfast, BT1 3WH, Northern Ireland on 24. and 25.6.2013.
71000000, 71200000, 71300000, 71311000, 71312000, 71334000
Section III: Legal, economic, financial and technical information
Description of particular conditions: Sustainability including all aspects of social, economic and environmental matters will be an integral part of the Service to be provided. In particular the Service to be provided will be required to comply with the general principles included within:-
Sustainability Action Plan published by the NI Government Construction Clients Group – see link below
http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-policy-and-legislation/content_-_cpd_achieving_sustainability_in_construction_procurement/sap-2012-15/sap-2012-15-26112012.pdf
OGC Achieving Excellence in Construction Procurement Guide 11: Sustainability – see link below
http://webarchive.nationalarchives.gov.uk/20100503135839/http://www.ogc.gov.uk/documents/CP0016AEGuide11.pdf
Sustainable Construction Guidance Notes 1 to 7 from the NI Sustainable Construction Group – see link below
http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-policy-and-legislation/cpd-sustainability/content_-_cpd_achieving_sustainability_in_construction_procurement.htm
Proposals for promoting equality and sustainable development by sustainable procurement in construction – see link below
http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-policy-and-legislation/cpd-sustainability/content_-_cpd_achieving_sustainability_in_construction_procurement/content_-_cpd_proposal_for_promoting_equality_and_sustainable_development.htm
Proposals for promoting equality and sustainable development by sustainable procurement in construction through specific sustainability requirements and social clauses – see link below
http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-policy-and-legislation/cpd-sustainability/content_-_cpd_achieving_sustainability_in_construction_procurement/content_-_cpd_proposal_for_promoting_equality_and_sustainable_development/model-clauses-sep-2012-updated.pdf
Framework Agreement ‘B’ and any call-off contract(s) will include conditions and requirements, to be implemented by the Economic Operator throughout Tier 1 of the the supply chain, relating to:- the employment of apprentices, graduates and job placement personnel (in association with, and through schemes approved by, the Contracting Authority); open advertising of employment opportunities; active participation in regular Meet the Buyer events (to be organised by the Contracting Authority) to promote employment, sub-contracting and supply opportunities; active participation in Open Days (to be organised by the Contracting Authority) to promote careers in the construction industry; fair payment conditions; and the provision of key skills training & career development opportunities for employees.
Full information on the Contracting Authority’s requirements to improve economic sustainability, achieve environmental sustainability and foster social sustainability through delivery of services and construction works contracts shall be included within the Invitation to Tender documentation.
Minimum level(s) of standards possibly required: Details are included in the Pre-Qualification Questionnaire documentation.
Details are included in the Pre-Qualification Questionnaire documentation.
Minimum level(s) of standards possibly required:
Details are included in the Pre-Qualification Questionnaire documentation.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Details are included in the Pre-Qualification Questionnaire documentation.
Place:
Belfast.
Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Belfast City Council nominated officers.
Section VI: Complementary information
Note that PQQ documentation will be available for download from the eSourcingNI portal from 12:00 noon on Wednesday 12.6.2013. Suppliers Instructions How to Express Interest in this Tender~: 1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register – Accept the terms and conditions and click ‘continue’ – Enter your correct business and user details – Note the username you chose and click ‘Save’ when complete – You will shortly receive an email with your unique password (please keep this secure) 2. Express an Interest in the tender – Login to the portal with the username/password – Click the ‘PQQs / ITTs Open To All Suppliers’ link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) – Click on the relevant PQQ/ ITT to access the content. – Click the ‘Express Interest’ button at the top of the page. – This will move the PQQ /ITT into your ‘My PQQs/ My ITTs’ page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments’ in the ‘PQQ/ ITT Details’ box 3. Responding to the tender – Click ‘My Response’ under ‘PQQ/ ITT Details’, you can choose to ‘Create Response’ or to ‘Decline to Respond’ (please give a reason if declining) – You can now use the ‘Messages’ function to communicate with the buyer and seek any clarification – Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT – There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response’ button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
VI.5)Date of dispatch of this notice:7.6.2013