Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Oct 2023

Tender Details
Referenceocds-h6vhtk-040b03
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value-
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Oct 2023

Tender Details
Referenceocds-h6vhtk-040b03
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Hearth Historic Buildings Trust

7 College Square North

Belfast

BT1 6AR

Email

info [at] hearthni.org.uk

Country

United Kingdom

NUTS code

UKN06 - Belfast

Internet address(es)

Main address

http://hearthni.org.uk/

Buyer's address

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43214

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

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43214

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.mytenders.co.uk/search/Search_AuthProfile.aspx?ID=AA43214

I.4) Type of the contracting authority

Other type

Charity

I.5) Main activity

Other activity

Historic Building Trust


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Riddel’s Warehouse Project, Belfast

II.1.2) Main CPV code

  • 71000000 - Architectural, construction, engineering and inspection services

II.1.3) Type of contract

Services

II.1.4) Short description

A Conservation Architect led multidisciplinary team is sought to lead the repair and refurbishment of the Grade B+ Listed Riddel’s Warehouse in Belfast.

The team will provide design services, initially to RIBA Stage 3. Pending successful outcome of a funding bid to be made in approximately Q1 2025, the team will lead and deliver design services through to the completion of RIBA Stage 6.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS codes
  • UKN06 - Belfast

II.2.4) Description of the procurement

A Conservation Architect led multidisciplinary team is sought to lead the repair and refurbishment of the Grade B+ Listed Riddel’s Warehouse in Belfast.

The team will provide design services, initially to RIBA Stage 3. Pending successful outcome of a funding bid to be made in approximately Q1 2025, the team will lead and deliver design services through to the completion of RIBA Stage 6.

The team would consist of an accredited lead RIBA Specialist Conservation Architect or RIAI Grade1 Conservation Architect or listed on the AABC Register at category ‘A’, providing design services, supported by the following main roles;

● Project Manager

● Architect

● Quantity Surveyor

● Principal Designer (CDM)

● Structural Engineer

● Civil engineer

● M&E Consultant

● Fire Engineer

● Heritage Consultant

● Theatre Design/Acoustic Consultant

● Access Consultant

We are looking for an experienced team with a demonstrable track record in the delivery of successful & comparable listed building conservation projects. Experience of working on The National Lottery Heritage Fund projects, and with third sector organisations would be a distinct advantage.

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

Initial contract up to RIBA Stage 3. RIBA Stage 4-6 subject to successful delivery funding from The National Heritage Fund.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

Maximum number: 6

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

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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

Initial Stage-one Prequalification Questionnaire (PQQ) attached asks potential suppliers to self-declare their status against the exclusion grounds and to respond to selected questions which will be scored as a means of selecting IDT’s to be invited to respond to stage-two of the competition, an Invitation to Tender (ITT) for the project commission.


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

RIBA Specialist Conservation Architect or RIAI Grade1 Conservation Architect or listed on the AABC Register at category ‘A’ to lead the ICT.

III.2) Conditions related to the contract

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.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

10 November 2023

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 November 2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


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

NOTE: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at https://www.mytenders.co.uk/Search/Search_Switch.aspx?ID=230461.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.mytenders.co.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(MT Ref:230461)

VI.4) Procedures for review

VI.4.1) Review body

Public Procurement Review Service

Cabinet Office

London

Email

publicprocurementreview [at] cabinetoffice.gov.uk

Telephone

+44 3450103503

Country

United Kingdom

Internet address

https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit