Construction Tenders

Fri May 03 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Jan 2024

Tender Details
Referenceocds-h6vhtk-042bd4
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£600,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 9th Jan 2024

Tender Details
Referenceocds-h6vhtk-042bd4
Common Procurement VocabularyArchitectural, construction, engineering and inspection services
Procurement MethodRestricted procedure
Value£600,000

Section I: Contracting authority

I.1) Name and addresses

Fermanagh and Omagh District Council

The Townhall 2 Townhall Street

Enniskillen

BT74 7BA

Contact

tendersfermanaghomagh.com

Email

tenders [at] fermanaghomagh.com

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://etendersni.gov.uk/epps

Buyer's address

https://etendersni.gov.uk/epps

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://etendersni.gov.uk/epps

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://etendersni.gov.uk/epps

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tender for Omagh Peace Park Development - Integrated Consultancy Team (ICT) REF 2324 TNDR CP 050A

Reference number

TNDR 2324 CP050A

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

Fermanagh and Omagh District Council invites Applications from suitably Qualified Service Providers to participate in a Pre Qualification exercise for the appointment of an Economic Operator to provide the services of an Integrated Consultancy Team (ICT) to fully administer and manage, monitor and review the design, construction and delivery of the Omagh Peace Park Development. The Project is to establish a new iconic, transformative, inclusive Shared Space at the “Omagh Peace Park - At the Heart of a Shared Community”. With investment in co-designed, sustainable infrastructure, the project will facilitate meaningful and purposeful contact between different communities and will be a lasting legacy for the Omagh people, whilst delivering against the priorities outlined in the Omagh Place Shaping Plan. This community co designed project will reimage and create a safe and shared space in the centre of Omagh by: - Developing an unused inaccessible Grade A listed garden to connect to an enhanced existing parkland and forest school area. - Reimaging a Grade B listed building to create a shared community space. - Rejuvenating the Omagh Memorial Garden. - Creating an outdoor adventure trail for young people. The Economic Operator shall provide the following services and disciplines as part of an Integrated Consultancy Team: Core Disciplines: • Project Manager • Conservation Architect • Quantity Surveyor --- Team Members: • Principal Designer • Architect • Mechanical Services Engineer • Electrical Services Engineer • Civil Engineer • Structural Engineer • Building Surveyor • Historic Landscape Consultant • Traffic Management Consultant • Geotechnical Engineer • Site Supervisor

II.1.5) Estimated total value

Value excluding VAT: £600,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71541000 - Construction project management services
  • 71220000 - Architectural design services
  • 71324000 - Quantity surveying services
  • 71221000 - Architectural services for buildings
  • 71400000 - Urban planning and landscape architectural services

II.2.3) Place of performance

NUTS codes
  • UKN0G - Fermanagh and Omagh
Main site or place of performance

Omagh

II.2.4) Description of the procurement

Fermanagh and Omagh District Council invites Applications from suitably Qualified Service Providers to participate in a Pre Qualification exercise for the appointment of an Economic Operator to provide the services of an Integrated Consultancy Team (ICT) to fully administer and manage, monitor and review the design, construction and delivery of the Omagh Peace Park Development. The Project is to establish a new iconic, transformative, inclusive Shared Space at the “Omagh Peace Park - At the Heart of a Shared Community”. With investment in co-designed, sustainable infrastructure, the project will facilitate meaningful and purposeful contact between different communities and will be a lasting legacy for the Omagh people, whilst delivering against the priorities outlined in the Omagh Place Shaping Plan. This community co designed project will reimage and create a safe and shared space in the centre of Omagh by: - Developing an unused inaccessible Grade A listed garden to connect to an enhanced existing parkland and forest school area. - Reimaging a Grade B listed building to create a shared community space. - Rejuvenating the Omagh Memorial Garden. - Creating an outdoor adventure trail for young people. The Economic Operator shall provide the following services and disciplines as part of an Integrated Consultancy Team: Core Disciplines: • Project Manager • Conservation Architect • Quantity Surveyor --- Team Members: • Principal Designer • Architect • Mechanical Services Engineer • Electrical Services Engineer • Civil Engineer • Structural Engineer • Building Surveyor • Historic Landscape Consultant • Traffic Management Consultant • Geotechnical Engineer • Site Supervisor

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: £600,000

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

Duration in months

48

This contract is subject to renewal

No

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

Envisaged minimum number: 5

Objective criteria for choosing the limited number of candidates:

Where there is a tie for 5th place, then all Economic Operators in 5th place will be invited to tender. For the purposes of this exercise a tie for 5th place is deemed to occur where two or more Economic Operators have identical scores or a score within 1 marks (out of a score of 100) of the 5th place score.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Peace Plus Funding northern Ireland - Ireland

Investment Area 1.4 Reimaging Communities


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

As stated in 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


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: Yes

IV.2) Administrative information

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

Date

9 February 2024

Local time

12:00pm

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: 12 (from the date stated for receipt of tender)


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.4) Procedures for review

VI.4.1) Review body

High Court of Justice

Royal Courts of Justice City Courthouse Chichester Street

Belfast

BT1 3JF

Email

adminoffice [at] courtsni.gov.uk

Telephone

+44 3002007812

Country

United Kingdom