Construction project management services (№1705833)

00

Number: 1705833

Country: United Kingdom

Source: TED


Link to original

To view links to the source need to register

Publication date


00-00-0000

Description


  1. Section I
    1. Name and addresses
      Choice Housing Ireland Limited (and its subsidiaries)
      37-41 May Street
      Belfast
      BT1 4DN
      United Kingdom
      Telephone: +44 2890441327
      E-mail: [email protected]
    2. Type of the contracting authority:
      Body governed by public law
    3. Main activity:
      Housing and community amenities
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Framework Tender and Mini Comp Evaluation Services.


        Reference number: PRN493
      2. Main CPV code:
        71541000, 71240000
      3. Type of contract:
        Services
      4. Short description:

        Choice Housing Ireland Limited (‘Choice’) wishes to engage the services of a suitably qualified planning consultant(s) who will evaluate tender and mini competition submissions. This will be on a 4 year term (3+1) and run in-line with the IDT framework. The Consultants will be required to demonstrate that they have a detailed understanding of how vendors operate, how to ‘interpret’ tender responses accurately and the requirements of Choice Housing Ireland. Any decisions made on behalf of Choice must be fully robust and defensible.


      5. Information about lots:
        This contract is divided into lots: no
      6. Total value of the procurement:
        Value excluding VAT: 50 000.00 GBP
    2. Description
      1. Title:
      2. Additional CPV code(s):
        71240000
      3. Place of performance:
      4. Description of the procurement:

        This procurement exercise seeks to procure a competent team to evaluate IDT tender submissions (ITT stage) and any future call-off contracts under the framework (mini competition). The successful tenderer may on occasion be required to evaluate standalone design team procurement exercises (competitions outside of the IDT framework).

        Tenderers should note that outside of the IDT ITT evaluation, the Association is unable to guarantee the volume of mini competition evaluations, as is the nature of a Framework and also due to the nature of any social housing development programme funding over the duration of the framework agreement.

        The evaluation panel will reflect the scale and complexity of the activity to be evaluated, including the degree of specialist input consistent with the nature of the procurement. With this in mind it is imperative that the evaluation panel be familiar with the challenges facing an integrated design team and the requirements upon the Association to successfully deliver a development scheme.

        The evaluation panel will primarily be assessing Integrated Design Teams responses to successfully delivering development schemes. The successful consultancy will be expected to provide qualitative and quantitative evaluation of responses and preparation of recommendation (tender reports) to Senior Management.

        The successful firm will ensure that they regularly report and adhere to defined escalation procedures to ensure that Choice is always aware of any potential situations.

        The successful consultant will be expected to:

        — Fully understand the tender evaluation process, requirements and have the capacity to evaluate in accordance with all best practice;

        — Evaluate ITT stage tender submissions (quality section) of IDT Framework tender;

        — Evaluate the quality section of any call-off opportunities (mini competition);

        — Evaluate any other standalone design team competitions run by Choice outside of the framework agreement;

        — Evaluate the quality submissions in accordance with the scoring matrices provided by Choice Housing;

        — Have an understanding of DSD Housing Association Guide;

        — Have a comprehensive understanding of Northern Ireland planning policies and the impacts this has on preparing IDT submissions;

        — Review sets of design principles submitted for a project, design concept statements and evaluate against the design brief provided by Choice;

        — Produce fully robust and defensible tender reports for use by the Association;

        — Document fully all evaluation panel decisions in accordance with Choice procedures and procurement best practice;

        — Evaluate all tender submissions within 5 working days of receipt;

        — Use template evaluation documents provided by Choice and going forward use online evaluation services to record panel evaluations (Etenders);

        — Be prepared to evaluate tenders on the premises of Choice Housing Ireland as and when requested;

        — Pro-actively manage any potential Conflicts of Interest that may arise.

        The successful tenderer will be expected to work harmoniously with the Association and have the capacity to evaluate tender submissions within a 5 day time-frame.

        Choice reserves the right to use the appointed evaluation team more widely for possible value added services.


      5. Award criteria:
        Quality criterion - Name: Experience and Knowledge of the market / Weighting: 25
        Quality criterion - Name: Proposed team and methodology / Weighting: 25
        Quality criterion - Name: Case Studies x 3 / Weighting: 30
        Price - Weighting: 20
      6. Information about options:
        Options: no
      7. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      8. Additional information:
  3. Section IV
    1. Description:
      1. Type of procedure:
        Open procedure
      2. Information about a framework agreement or a dynamic purchasing system:
      3. Information about electronic auction:
      4. Information about the Government Procurement Agreement (GPA):
        The procurement is covered by the Government Procurement Agreement: yes
    2. Administrative information:
      1. Previous publication concerning this procedure:
        Notice number in the OJ S: 2016/S 084-147961
      2. Information about termination of dynamic purchasing system:
      3. Information about termination of call for competition in the form of a prior information notice:
  4. Section V
    1. Contract No: 1
      Title:

      Framework Tender and Mini Comp Evaluation Services.


    2. Award of contract
      1. Date of conclusion of the contract: 2016-06-26
      2. Information about tenders:
        Number of tenders received: 2
        Number of tenders received from SMEs: 2
        The contract has been awarded to a group of economic operators: no
      3. Name and address of the contractor:
        Turley Belfast
        Joy Street, Belfast
        Belfast
        BT2 8LE
        United Kingdom
        The contractor is an SME: yes
      4. Information on value of the contract/lot (excluding VAT):
        Initial estimated total value of the contract/lot: 50 000.00 GBP
        Total value of the contract/lot: 45 000.00 GBP
      5. Information about subcontracting:

  5. Section VI
    1. Additional information
    2. Procedures for review
      1. Review body
        High Courts of Justice in Northern Ireland
        Royal Courts of Justice, Chichester Street
        Belfast
        BT1 3JY
        United Kingdom
      2. Body responsible for mediation procedures
        High Courts of Justice in Northern Ireland
        Royal Courts of Justice, Chichester Street
        Belfast
        BT1 3JY
        United Kingdom
      3. Service from which information about the review procedure may be obtained
        High Courts of Justice in Northern Ireland
        Royal Courts of Justice, Chichester Street
        Belfast
        BT1 3JY
        United Kingdom
    3. Date of dispatch of this notice
      2017-06-20