Ausschreibung: Architekturentwurf - UK-Belfast Architekturentwurf Beratung im Tief- und Hochbau Dokument Nr...: 307323-2020 (ID: 2020070109175124060) Veröffentlicht: 01.07.2020 * UK-Belfast: Architekturentwurf 2020/S 125/2020 307323 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: The Executive Office Postanschrift: Castle Buildings, Stormont Estate Ort: Belfast NUTS-Code: UKN NORTHERN IRELAND Postleitzahl: BT4 3GS Land: Vereinigtes Königreich E-Mail: [6]construct.info@finance-ni.gov.uk Telefon: +44 2890816555 Internet-Adresse(n): Hauptadresse: [7]https://etendersni.gov.uk/epps Adresse des Beschafferprofils: [8]https://etendersni.gov.uk/epps I.2)Informationen zur gemeinsamen Beschaffung Der Auftrag wird von einer zentralen Beschaffungsstelle vergeben I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]https://etendersni.gov.uk/epps Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]https://etendersni.gov.uk/epps Angebote oder Teilnahmeanträge sind einzureichen an die oben genannten Kontaktstellen Im Rahmen der elektronischen Kommunikation ist die Verwendung von Instrumenten und Vorrichtungen erforderlich, die nicht allgemein verfügbar sind. Ein uneingeschränkter und vollständiger direkter Zugang zu diesen Instrumenten und Vorrichtungen ist gebührenfrei möglich unter: [11]https://etendersni.gov.uk/epps I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases Referenznummer der Bekanntmachung: 2926458 II.1.2)CPV-Code Hauptteil 71220000 Architekturentwurf II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: This commission is for an integrated consultant team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 Strategic Definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation Scope of Service Annex A currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 243 600.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 71311000 Beratung im Tief- und Hochbau II.2.3)Erfüllungsort NUTS-Code: UKN NORTHERN IRELAND II.2.4)Beschreibung der Beschaffung: This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 strategic definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation scope of service Annex A currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years. II.2.5)Zuschlagskriterien Der Preis ist nicht das einzige Zuschlagskriterium; alle Kriterien sind nur in den Beschaffungsunterlagen aufgeführt II.2.6)Geschätzter Wert Wert ohne MwSt.: 243 600.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 48 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: The contract will operate for a period of two (2) years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two (2) periods of one (1) year each up to a maximum of 4 years. Work programmes for specific tasks to be agreed on a task order basis. II.2.9)Angabe zur Beschränkung der Zahl der Bewerber, die zur Angebotsabgabe bzw. Teilnahme aufgefordert werden Geplante Anzahl der Bewerber: 5 Objektive Kriterien für die Auswahl der begrenzten Zahl von Bewerbern: Further information is provided in the procurement documents, please refer to MOI Part A 1.6.1 shortlist of economic operators. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: In order for a contractor/consultant to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below: please refer to the pre-qualification documentation. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.3)Technische und berufliche Leistungsfähigkeit Eignungskriterien gemäß Auftragsunterlagen III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand Die Erbringung der Dienstleistung ist einem besonderen Berufsstand vorbehalten Verweis auf die einschlägige Rechts- oder Verwaltungsvorschrift: The economic operator team must be made up of the following disciplines: architect, quantity surveyor, civil engineer, landscape architect, principal designer. III.2.2)Bedingungen für die Ausführung des Auftrags: The economic operators performance on this contract will be regularly monitored. As part of its contract management procedures, the contracting authority will use the protocol for managing poor supplier performance contained in procurement guidance Note PGN 01/12 Contract management principles and procedures: [12]https://www.finance-ni.gov.uk/publications/procurement-guidance-not e-0112-contract-management-principles-and-procedures If an economic operator has received more than one current notice of written warning or a notice of unsatisfactory performance, the contracting authority, at its discretion, can consider an economic operators exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to NIPPP can be viewed at: [13]https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni- public-procurement-policy-applies III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Nichtoffenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem Die Bekanntmachung betrifft den Abschluss einer Rahmenvereinbarung Rahmenvereinbarung mit einem einzigen Wirtschaftsteilnehmer IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 29/07/2020 Ortszeit: 15:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 4 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: nein VI.2)Angaben zu elektronischen Arbeitsabläufen VI.3)Zusätzliche Angaben: CPD, in its capacity as a central purchasing body, is administering this procurement on behalf of the contracting authority. The contracting authority expressly reserves the right: (i) to award one, some, all or no lots; (ii) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and (iii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the authority be liable for any costs incurred by economic operators or candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation, etc. will be paid if a contract or framework agreement is withdrawn for any reason. Economic operators should take part in this process only on the basis that they fully understand and accept this position. VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Department of Finance, Construction Procurement Delivery, Procurement Operations Branch Ort: Belfast Land: Vereinigtes Königreich VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen Genaue Angaben zu den Fristen für die Einlegung von Rechtsbehelfen: Precise information on deadline(s) for review procedures: this procurement is governed by the Public Contract Regulations 2015 and provides for economic operators who have suffered or who risk suffering loss or damage as a consequence of an alleged breach of duty owned in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers .That notification will provide information on the award decision .The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the required decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time to 3 months where the court considers that there is a good reason for doing so). VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/06/2020 References 6. mailto:construct.info@finance-ni.gov.uk?subject=TED 7. https://etendersni.gov.uk/epps 8. https://etendersni.gov.uk/epps 9. https://etendersni.gov.uk/epps 10. https://etendersni.gov.uk/epps 11. https://etendersni.gov.uk/epps 12. https://www.finance-ni.gov.uk/publications/procurement-guidance-note-0112-contract-management-principles-and-procedures 13. https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies OT: 01/07/2020 S125 Services - Contract notice - Restricted procedure United Kingdom-Belfast: Architectural design services 2020/S 125-307323 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: The Executive Office Postal address: Castle Buildings, Stormont Estate Town: Belfast NUTS code: UKN NORTHERN IRELAND Postal code: BT4 3GS Country: United Kingdom E-mail: [6]construct.info@finance-ni.gov.uk Telephone: +44 2890816555 Internet address(es): Main address: [7]https://etendersni.gov.uk/epps Address of the buyer profile: [8]https://etendersni.gov.uk/epps 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: [9]https://etendersni.gov.uk/epps Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]https://etendersni.gov.uk/epps Tenders or requests to participate must be submitted to the abovementioned address Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: [11]https://etendersni.gov.uk/epps I.4)Type of the contracting authority Body governed by public law I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: TEO 2926458 Concept Design and Cost Input Framework to Outline Business Cases Reference number: 2926458 II.1.2)Main CPV code 71220000 Architectural design services II.1.3)Type of contract Services II.1.4)Short description: This commission is for an integrated consultant team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 Strategic Definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation Scope of Service Annex A currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years. II.1.5)Estimated total value Value excluding VAT: 243 600.00 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) 71311000 Civil engineering consultancy services II.2.3)Place of performance NUTS code: UKN NORTHERN IRELAND II.2.4)Description of the procurement: This commission is for an Integrated Consultant Team (ICT) to provide concept design and cost input services to outline business cases. The services are to be provided in accordance with RIBA Plan of Work 2013, stages 0-2 only, for a number of proposed Urban Villages Capital projects located in Belfast and Derry/Londonderry. The specific stage input is stage 0 strategic definition, stage 1 preparation and brief and stage 2 concept design, for a number of Urban Villages Initiative projects including various community related building types, parks, public realm environmental schemes, vacant/derelict sites, etc. Specific employer tasks are provided in the tender documentation scope of service Annex A currently provided in draft for information purposes. The contract will operate for a period of 2 years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two periods of 1 year each up to a maximum of 4 years. 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: 243 600.00 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: The contract will operate for a period of two (2) years with the option for the employer to extend annually, subject to satisfactory ongoing performance, for a further two (2) periods of one (1) year each up to a maximum of 4 years. Work programmes for specific tasks to be agreed on a task order basis. 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: Further information is provided in the procurement documents, please refer to MOI Part A 1.6.1 shortlist of economic operators. 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 List and brief description of conditions: In order for a contractor/consultant to be eligible to participate in this competition they must hold licenses, accreditations or certificates for specific categories and sectors as set out below: please refer to the pre-qualification documentation. 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 Execution of the service is reserved to a particular profession Reference to the relevant law, regulation or administrative provision: The economic operator team must be made up of the following disciplines: architect, quantity surveyor, civil engineer, landscape architect, principal designer. III.2.2)Contract performance conditions: The economic operators performance on this contract will be regularly monitored. As part of its contract management procedures, the contracting authority will use the protocol for managing poor supplier performance contained in procurement guidance Note PGN 01/12 Contract management principles and procedures: [12]https://www.finance-ni.gov.uk/publications/procurement-guidance-not e-0112-contract-management-principles-and-procedures If an economic operator has received more than one current notice of written warning or a notice of unsatisfactory performance, the contracting authority, at its discretion, can consider an economic operators exclusion from future procurements, being undertaken on behalf of bodies covered by the Northern Ireland Public Procurement Policy (NIPPP), for a minimum period of 12 months or 3 years respectively. A list of bodies subject to NIPPP can be viewed at: [13]https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni- public-procurement-policy-applies III.2.3)Information about staff responsible for the performance of 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 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: 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: 29/07/2020 Local time: 15:00 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 Duration in months: 4 (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 VI.3)Additional information: CPD, in its capacity as a central purchasing body, is administering this procurement on behalf of the contracting authority. The contracting authority expressly reserves the right: (i) to award one, some, all or no lots; (ii) not to award any contract/framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage; and (iii) to make whatever changes it may see fit to the content and structure of the tendering competition and in no circumstances will the authority be liable for any costs incurred by economic operators or candidates. Any expenditure, work or effort undertaken prior to contract award is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation, etc. will be paid if a contract or framework agreement is withdrawn for any reason. Economic operators should take part in this process only on the basis that they fully understand and accept this position. VI.4)Procedures for review VI.4.1)Review body Official name: Department of Finance, Construction Procurement Delivery, Procurement Operations Branch Town: Belfast Country: United Kingdom VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure Precise information on deadline(s) for review procedures: Precise information on deadline(s) for review procedures: this procurement is governed by the Public Contract Regulations 2015 and provides for economic operators who have suffered or who risk suffering loss or damage as a consequence of an alleged breach of duty owned in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point information on the award of the contract is communicated to tenderers .That notification will provide information on the award decision .The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the required decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time to 3 months where the court considers that there is a good reason for doing so). VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 29/06/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de