Section one: Contracting authority
one.1) Name and addresses
Fermanagh and Omagh District Council
The Townhall 2 Townhall Street
Enniskillen
BT74 7BA
Contact
tendersfermanaghomagh.com
Telephone
+44 300303177
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
one.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 to the above-mentioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etendersni.gov.uk/epps
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Tender for the Redevelopment of the Ardhowen Theatre 2122 TNDR CHL 006
Reference number
2122 TNDR CHL 006
two.1.2) Main CPV code
- 71000000 - Architectural, construction, engineering and inspection services
two.1.3) Type of contract
Services
two.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 refurbishment of Ardhowen Theatre, Enniskillen and its environs to meet contemporary standards and requirements for a civic arts and culture venue in terms of accessibility and environmental sustainability by incorporating compliance with Near Zero Energy Building (NZEB) guidance, which is a key aspiration of the Council’s Energy Management Policy. The Theatre which is owned and managed by the Council, is located at the edge of Enniskillen (along the Dublin road) and is situated on a lakeside setting, occupying a site of circa 5 acres, along the bank of the River Erne. The Council wishes to appoint an Integrated Consultants Team (ICT) to provide the following disciplines: • Project Manager • Architect • Quantity Surveyor • Mechanical Services Engineer • Electrical Services Engineer • Civil Engineer • Structural Engineer • Principal Designer • Landscape Architect • Interior Designer • Clerk(s) of Works/Site Supervisor(s) • BREEAM Services The Construction (Design and Management) Regulations (NI) 2016 place a requirement on Contracting Authorities / Clients to appoint a Principal Designer. The Economic Operator is to nominate a member to undertake the duties of Principal Designer who the Client will subsequently appoint as the Principal Designer.
two.1.5) Estimated total value
Value excluding VAT: £450,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71200000 - Architectural and related services
- 71320000 - Engineering design services
- 71321000 - Engineering design services for mechanical and electrical installations for buildings
- 71541000 - Construction project management services
- 71314100 - Electrical services
- 71334000 - Mechanical and electrical engineering services
- 71333000 - Mechanical engineering services
two.2.3) Place of performance
NUTS codes
- UKN0G - Fermanagh and Omagh
Main site or place of performance
Enniskillen, Northern Ireland
two.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 refurbishment of Ardhowen Theatre, Enniskillen and its environs to meet contemporary standards and requirements for a civic arts and culture venue in terms of accessibility and environmental sustainability by incorporating compliance with Near Zero Energy Building (NZEB) guidance, which is a key aspiration of the Council’s Energy Management Policy. The Theatre which is owned and managed by the Council, is located at the edge of Enniskillen (along the Dublin road) and is situated on a lakeside setting, occupying a site of circa 5 acres, along the bank of the River Erne. The Council wishes to appoint an Integrated Consultants Team (ICT) to provide the following disciplines: • Project Manager • Architect • Quantity Surveyor • Mechanical Services Engineer • Electrical Services Engineer • Civil Engineer • Structural Engineer • Principal Designer • Landscape Architect • Interior Designer • Clerk(s) of Works/Site Supervisor(s) • BREEAM Services The Construction (Design and Management) Regulations (NI) 2016 place a requirement on Contracting Authorities / Clients to appoint a Principal Designer. The Economic Operator is to nominate a member to undertake the duties of Principal Designer who the Client will subsequently appoint as the Principal Designer.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £450,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
As stated in Pre Qualification Documents
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.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 Documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 December 2021
Local time
3:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
7 January 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 23 May 2022
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic payment will be used
six.4) Procedures for review
six.4.1) Review body
High Court of Justice
Royal Courts of Justice City Courthouse Chichester Street
Belfast
BT1 3JF
Telephone
+44 3002007812
Country
United Kingdom