Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th Jan 2024
Reference | ocds-h6vhtk-042bd4 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted procedure |
Value | £600,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 9th Jan 2024
Reference | ocds-h6vhtk-042bd4 |
Common Procurement Vocabulary | Architectural, construction, engineering and inspection services |
Procurement Method | Restricted 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
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
adminoffice [at] courtsni.gov.uk
Telephone
+44 3002007812
Country
United Kingdom