By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013.

Contract award notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Department of Finance and Personnel Northern Ireland
Clare House, 303 Airport Road West
Contact point(s): Contracts and Standards Branch
BT3 9ED Belfast
UNITED KINGDOM
Telephone: +44 2890816555
E-mail:

Internet address(es):

General address of the contracting authority: www.dfpni.gov.uk/cpd

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
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: yes

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract
Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013.
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

NUTS code UKN

II.1.3)Information about a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Short description of the contract or purchase(s)
The Framework Agreement is for the provision of construction related professional services by six teams of Consultants and their supply chain, collectively referred to as an Integrated Consultant Team (ICT). Each ICT shall include the following professional disciplines: Project Manager, Quantity Surveyor, Architect, Building Services Engineer, Civil Engineer, Structural Engineer and CDM Co-ordinator.
The scope and nature of services will be determined by the needs of the client(s) and may include the provision of services associated with construction projects of the following types:- schools, office accommodation, universities, college/teaching facilities, libraries, workshops, laboratories, forest facilities, factories, storage facilities, amenity facilities, sports facilities, arts facilities, historic buildings, business/industrial units, site/park/estates roadways, criminal justice facilities, harbour or other marine developments, landscaping, public realm and regeneration schemes.
An ICT will typically be appointed to take forward construction projects from the Client's initial statement of requirements through strategic assessment and business justification and outline design stage, to completion of the works. It is envisaged that ICTs will be required to apply Building Information Modelling (BIM) in the Provision of Services.
Whilst each ICT will be required to have the capability to undertake detailed design, it is not envisaged that it will be their main function. Detailed design and construction will typically be undertaken by an Integrated Supply Team (IST) (consisting of contractors, specialist sub-contractors, designers and their supply chains) appointed separately by the Employer, using the services of the ICT.
After the IST is appointed, the ICT will continue to manage the Works Project and provide multi-discipline professional advice to the Employer as necessary to ensure the detailed design and construction fully meets the Employer's requirements in terms of quality, cost and programme.
An ICT may also be appointed to provide a wide range of construction related professional services including general advisory services, advice on PFI/PPP projects, procurement services, economic appraisals, studies, condition surveys, investigations, reports and other specialist services.
The Pan Government Collaborative Integrated Consultant Team Framework Agreement 2013 is being established by Central Procurement Directorate on behalf of all public sector organisations requiring services in Northern Ireland including, but not limited to, Government Departments, Agencies, Non-departmental Public Bodies, Local Authorities and bodies that receive grant funding from Northern Ireland Government Departments or from bodies which Northern Ireland Government Departments are responsible for. The list will be deemed to include statutory successors and organisations created as a result of re-organisation or organisational change.
A list of users can be viewed at:

http://www.dfpni.gov.uk/index/procurement-2/cpd/cpd-suppliers/ict-framework-agreement-2013.htm

This framework Agreement may be used to progress the Government's wider social, economic and environmental objectives.
II.1.5)Common procurement vocabulary (CPV)

71000000, 71324000, 71541000, 71300000, 71200000, 71311000, 71312000, 71334000

II.1.6)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.2)Total final value of contract(s)
II.2.1)Total final value of contract(s)

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of
1. price. Weighting 30
2. quality. Weighting 70
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority
project_13726 (211/13/R)
IV.3.2)Previous publication(s) concerning the same contract

Contract notice

Notice number in the OJEU: 2013/S 154-268844 of 9.8.2013

Section V: Award of contract

Lot title: Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 21
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Doran HMK JV
Norwood House, 96-102 Great Victoria Street
BT2 7BE Belfast
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 18 000 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot title: Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 21
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Hamilton Architects
Hamilton House, 3 Joy Street
BT2 8LE Belfast
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 18 000 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot title: Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 21
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

Kennedy Fitzgerald Architects LPP
3 Eglantine Place
BT9 6EY Belfast
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 18 000 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot title: Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 21
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

McAdam Design
1C Montgomery House, Castlereagh Business Park
BT5 6BQ Belfast
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 18 000 000 GBP
Excluding VAT
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot title: Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 21
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

RPP Architects Ltd
155/157 Donegall Pass
BT7 1DT Belfast
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 18 000 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot title: Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 21
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

URS Infrastructure & Environment UK Ltd
Beechill House, Beechill Road
BT8 7RP Belfast
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 18 000 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no
Lot title: Pan Government Collaborative Framework Agreement for Integrated Consultant Teams 2013
V.1)Date of contract award decision:
31.12.2013
V.2)Information about offers
Number of offers received: 21
V.3)Name and address of economic operator in favour of whom the contract award decision has been taken

WYG Management Services Ltd
1 Locksley Business Park, Montgomery Road
BT6 9UP Belfast
UNITED KINGDOM

V.4)Information on value of contract
Initial estimated total value of the contract:
Value: 18 000 000 GBP
Excluding VAT
If annual or monthly value:
Number of years: 4
V.5)Information about subcontracting
The contract is likely to be sub-contracted: no

Section VI: Complementary information

VI.1)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.2)Additional information:
VI.3)Procedures for appeal
VI.3.1)Body responsible for appeal procedures

Department of Finance and Personnel, Central Procurement Directorate
Contracts & Standards Branch, Clare House, 303 Airport Road West
BT3 9ED Belfast

VI.3.2)Lodging of appeals
VI.3.3)Service from which information about the lodging of appeals may be obtained
VI.4)Date of dispatch of this notice:
10.1.2014