ST1232 Connswater Community Greenway/ East Belfast Flood Alleviation Scheme Phase 2 Integrated Consultancy Team (ICT).

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Belfast City Council
Adelaide Exchange, 24-26 Adelaide Street
For the attention of: Adrian Grimshaw
BT2 8GD Belfast
UNITED KINGDOM
Telephone: +44 2890270393
E-mail:

Internet address(es):

General address of the contracting authority: www.belfastcity.gov.uk/tenders

Further information can be obtained from: Belfast City Council
Adelaide Exchange, 24-26 Adelaide Street
BT2 8GD Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Belfast City Council
Adelaide Exchange, 24-26 Adelaide Street
BT2 8GD Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

Tenders or requests to participate must be sent to: Belfast City Council
Adelaide Exchange, 24-26 Adelaide Street
BT2 8GD Belfast
UNITED KINGDOM
Telephone: +44 8003684850
E-mail:
Internet address: https://e-sourcingni.bravosolution.co.uk

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
ST1232 Connswater Community Greenway/ East Belfast Flood Alleviation Scheme Phase 2 Integrated Consultancy Team (ICT).
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: East Belfast Area (Northern Ireland) - extent of site shown on site plan available in prequalification documents.

NUTS code UKN01

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Belfast City Council (BCC) wish to develop Phase 2 of the Connswater Community Greenway /East Belfast Flood Alleviation Scheme which looks to create a green corridor alongside the Connswater, Knock and Loop rivers. The budget for Phase 2 of the project is in the region of £20million. BCC wishes to make a single appointment to provide the services of a Project Manager led team with design development, cost management and other associated construction related professionals in related disciplines.
II.1.6)Common procurement vocabulary (CPV)

71000000, 71541000, 71324000, 71322100, 71420000, 71244000, 71222000, 71334000, 71500000, 71521000, 71322000, 71313000, 71311000, 71313420, 71322300, 71530000

II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 500 000 and 900 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 45 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent company guarantees and collateral warranties may be required.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Details will be provided in the tender documentation when issued.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
For Consortia, the lead economic operator should be specified and each member of a Consortium may be required to accept joint and several liability before entering into the contract.
III.1.4)Other particular conditions
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Economic Operators interested in the provision of the service will be required to complete a pre-qualification questionnaire which is available from the address noted in Annex A.I
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Details are specified in the pre-qualification questionnaire which is available from the address noted in Annex A.I
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Details are specified in the pre-qualification questionnaire which is available from the address noted in Annex A.I
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5
Objective criteria for choosing the limited number of candidates: Details are contained in the pre-qualification questionnaire documentation: Document 1 Section 1.5
It is anticipated that the 5 Economic Operators that satisfy the completeness and compliance checks, the criteria for the rejection of Economic Operators, the information as to economic and financial standing and who achieve the highest scores in the technical or professional ability evaluation process will be short-listed and invited to submit tenders.
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.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
ST1232.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 14.2.2013 - 15:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
14.2.2013 - 15:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Persons authorised to be present at the opening of tenders: no

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Suppliers Instructions How to Express Interest in this Tender~:

1. Register your company on the eSourcing portal (this is only required once): https://e-sourcingni.bravosolution.co.uk and click the link to register - Accept the terms and conditions and click ‘continue' - Enter your correct business and user details - Note the username you chose and click ‘Save' when complete - You will shortly receive an email with your unique password (please keep this secure).

2. Express an Interest in the tender - Login to the portal with the username/password - Click the ‘PQQs / ITTs Open To All Suppliers' link. (These are Pre-Qualification Questionnaires or Invitations to Tender open to any registered supplier) - Click on the relevant PQQ/ ITT to access the content. - Click the ‘Express Interest' button at the top of the page. - This will move the PQQ /ITT into your ‘My PQQs/ My ITTs' page. (This is a secure area reserved for your projects only) -You can now access any attachments by clicking ‘Buyer Attachments' in the ‘PQQ/ ITT Details' box.
3. Responding to the tender - Click ‘My Response' under ‘PQQ/ ITT Details', you can choose to ‘Create Response' or to ‘Decline to Respond' (please give a reason if declining) - You can now use the ‘Messages' function to communicate with the buyer and seek any clarification - Note the deadline for completion, then follow the onscreen instructions to complete the PQQ/ ITT - There may be a mixture of online & offline actions for you to perform (there is detailed online help available) You must then submit your reply using the ‘Submit Response' button at the top of the page. If you require any further assistance please consult the online help, or contact the eTendering help desk.
The contracting authority will not be responsible for, or pay any expenses or losses, which may be incurred by an economic operator in responding to this notice or in preparing the tender. The contracting authority reserves the right not to award any contract as a result of this competition.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: The Contracting Authority will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full 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 award decision before the contract is entered into
The Public Contracts Regulations 2006 (SI 2006 No 5) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months).
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
11.1.2013