Tender

Archictectural RIBA Design Services - Dublin

FCO SERVICES

This public procurement record has 4 releases in its history.

TenderAmendment

01 Feb 2019 at 11:02

TenderAmendment

11 Jan 2019 at 15:53

TenderAmendment

21 Dec 2018 at 14:13

Tender

21 Dec 2018 at 11:24

Summary of the contracting process

The FCO Services is currently seeking proposals for "Architectural RIBA Design Services" in Dublin. This tender is focused on delivering architectural design services for a 5-bedroom residential building and a boundary wall, with a contract value of £118,000. The procurement process is in the planning stage, with the current tender period ending on 15 February 2019. The successful proposal will be developed under a design and build procurement route, utilising a RAIA form of contract. The contract is set to commence on 22 February 2019 and will continue until 31 December 2019.

This opportunity presents substantial potential for architectural firms and engineering consultants, particularly those experienced in multi-disciplinary design services and familiar with local regulations and security considerations in Dublin. SMEs and voluntary community sector enterprises are encouraged to participate, as the tendering approach supports organisations of various sizes. By collaborating closely with appointed quantity surveyors and adhering to FCO requirements, firms can leverage this project to expand their portfolio and showcase their expertise in delivering complex architectural solutions in sensitive environments.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Archictectural RIBA Design Services - Dublin

Notice Description

Consultants are invited to submit a fee proposal for a multi-disciplinary team to, design, tender and evaluate bids for the provision of: 1. Residential building 2. Boundary wall A planning application was completed by O'Mahoney Pike Architects, DBFL engineers and serves as the basis point for developing a detailed design for tender and subsequent construction. The Option of building a new 3m high boundary wall & 5 bedroom residential building has been selected by the FCO to be developed into a tender package, to be delivered to the outline programme detailed in the following sections. The outline programme is to be developed further by the project team to take into account seasonal considerations, adjacent construction site works & security considerations. Using the feasibility study as the basis, the design team is to review and further refine the proposed layout [for agreement/ sign-off by the key stakeholders] as part of RIBA Stage 2. This will include consideration to undertake minor amendments and update of the SOR to be agreed as part of a presentation before continuing to RIBA stage 3 & 4. As part of the stage 2 report, the design team is to comment on the construction strategy which will also take into account the adjacent construction site, to outline proposals for traffic management and security. The design team should note that these discussions will involve several senior stakeholders: 1. British Ambassador to Dublin 2. FCO Security Advisors 3. MOD 4. Irish Guarda 5. Project team The Stage 2 report should outline proposals for agreement and implementation in the next stages of the project. The agreed design is to be developed to RIBA Stage 4 along with accompanying specifications, drawings, schedules and contract documents to tender the project under a RAIA form of contract, utilizing a design & build procurement route. To note, a task of the employer appointed QS (already engaged) will be to appraise various forms of contract and to recommend the appropriate form of contract to the FCO whilst liaising with the project team. The project team will be appointed by the project manager under a bespoke Professional Services Contract, with Collateral Warranties back to the FCO Services. The intention is that the design liability is novated to the D&B contractor once the construction contract is let, without prejudicing the CW's to the FCO. The consultant will be required to work in conjunction with the client appointed QS to agree procurement packages, procurement routes and also to make sure the tender process conforms to the FCO standard, whilst utilizing the consultant's local construction knowledge. It is intended that the clients QS fulfils the contract administrator role, whilst the design team is novated to the principle contractor. More details contained in Scope document. Additional information: Consultants are invited to submit a fee proposal for a multi-disciplinary team to, design, tender and evaluate bids for the provision of: 1. Residential building 2. Boundary wall A planning application was completed by O'Mahoney Pike Architects, DBFL engineers and serves as the basis point for developing a detailed design for tender and subsequent construction. The Option of building a new 3m high boundary wall & 5 bedroom residential building has been selected by the FCO to be developed into a tender package, to be delivered to the outline programme detailed in the following sections. The outline programme is to be developed further by the project team to take into account seasonal considerations, adjacent construction site works & security considerations. Using the feasibility study as the basis, the design team is to review and further refine the proposed layout [for agreement/ sign-off by the key stakeholders] as part of RIBA Stage 2. This will include consideration to undertake minor amendments and update of the SOR to be agreed as part of a presentation before continuing to RIBA stage 3 & 4. As part of the stage 2 report, the design team is to comment on the construction strategy which will also take into account the adjacent construction site, to outline proposals for traffic management and security. The design team should note that these discussions will involve several senior stakeholders: 1. British Ambassador to Dublin 2. FCO Security Advisors 3. MOD 4. Irish Guarda 5. Project team The Stage 2 report should outline proposals for agreement and implementation in the next stages of the project. The agreed design is to be developed to RIBA Stage 4 along with accompanying specifications, drawings, schedules and contract documents to tender the project under a RAIA form of contract, utilizing a design & build procurement route. To note, a task of the employer appointed QS (already engaged) will be to appraise various forms of contract and to recommend the appropriate form of contract to the FCO whilst liaising with the project team. The project team will be appointed by the project manager under a bespoke Professional Services Contract, with Collateral Warranties back to the FCO Services. The intention is that the design liability is novated to the D&B contractor once the construction contract is let, without prejudicing the CW's to the FCO. The consultant will be required to work in conjunction with the client appointed QS to agree procurement packages, procurement routes and also to make sure the tender process conforms to the FCO standard, whilst utilizing the consultant's local construction knowledge. It is intended that the clients QS fulfils the contract administrator role, whilst the design team is novated to the principle contractor. More details contained in Scope document.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-11dafdc7-4be2-4ed4-80a1-6db29c8f9af6
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/cabdf599-d672-4527-b9f5-fecee84e4fb6
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Direct
Procurement Method Details
Single tender action (below threshold)
Tender Suitability
SME, VCSE
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

71 - Architectural, construction, engineering and inspection services


CPV Codes

71220000 - Architectural design services

71221000 - Architectural services for buildings

Notice Value(s)

Tender Value
£118,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 Feb 20197 years ago
Submission Deadline
15 Feb 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
22 Feb 2019 - 31 Dec 2019 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
FCO SERVICES
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
HANSLOPE
Postcode
MK19 7BH
Post Town
Milton Keynes
Country
England

Major Region (ITL 1)
TLJ South East (England)
Basic Region (ITL 2)
TLJ1 Berkshire, Buckinghamshire and Oxfordshire
Small Region (ITL 3)
TLJ12 Milton Keynes
Delivery Location
Not specified

Local Authority
Milton Keynes
Electoral Ward
Newport Pagnell North & Hanslope
Westminster Constituency
Milton Keynes North

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-11dafdc7-4be2-4ed4-80a1-6db29c8f9af6-2019-02-01T11:02:33Z",
    "date": "2019-02-01T11:02:33Z",
    "ocid": "ocds-b5fd17-11dafdc7-4be2-4ed4-80a1-6db29c8f9af6",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_196677/734345",
        "title": "Archictectural RIBA Design Services - Dublin",
        "description": "Consultants are invited to submit a fee proposal for a multi-disciplinary team to, design, tender and evaluate bids for the provision of: 1. Residential building 2. Boundary wall A planning application was completed by O'Mahoney Pike Architects, DBFL engineers and serves as the basis point for developing a detailed design for tender and subsequent construction. The Option of building a new 3m high boundary wall & 5 bedroom residential building has been selected by the FCO to be developed into a tender package, to be delivered to the outline programme detailed in the following sections. The outline programme is to be developed further by the project team to take into account seasonal considerations, adjacent construction site works & security considerations. Using the feasibility study as the basis, the design team is to review and further refine the proposed layout [for agreement/ sign-off by the key stakeholders] as part of RIBA Stage 2. This will include consideration to undertake minor amendments and update of the SOR to be agreed as part of a presentation before continuing to RIBA stage 3 & 4. As part of the stage 2 report, the design team is to comment on the construction strategy which will also take into account the adjacent construction site, to outline proposals for traffic management and security. The design team should note that these discussions will involve several senior stakeholders: 1. British Ambassador to Dublin 2. FCO Security Advisors 3. MOD 4. Irish Guarda 5. Project team The Stage 2 report should outline proposals for agreement and implementation in the next stages of the project. The agreed design is to be developed to RIBA Stage 4 along with accompanying specifications, drawings, schedules and contract documents to tender the project under a RAIA form of contract, utilizing a design & build procurement route. To note, a task of the employer appointed QS (already engaged) will be to appraise various forms of contract and to recommend the appropriate form of contract to the FCO whilst liaising with the project team. The project team will be appointed by the project manager under a bespoke Professional Services Contract, with Collateral Warranties back to the FCO Services. The intention is that the design liability is novated to the D&B contractor once the construction contract is let, without prejudicing the CW's to the FCO. The consultant will be required to work in conjunction with the client appointed QS to agree procurement packages, procurement routes and also to make sure the tender process conforms to the FCO standard, whilst utilizing the consultant's local construction knowledge. It is intended that the clients QS fulfils the contract administrator role, whilst the design team is novated to the principle contractor. More details contained in Scope document. Additional information: Consultants are invited to submit a fee proposal for a multi-disciplinary team to, design, tender and evaluate bids for the provision of: 1. Residential building 2. Boundary wall A planning application was completed by O'Mahoney Pike Architects, DBFL engineers and serves as the basis point for developing a detailed design for tender and subsequent construction. The Option of building a new 3m high boundary wall & 5 bedroom residential building has been selected by the FCO to be developed into a tender package, to be delivered to the outline programme detailed in the following sections. The outline programme is to be developed further by the project team to take into account seasonal considerations, adjacent construction site works & security considerations. Using the feasibility study as the basis, the design team is to review and further refine the proposed layout [for agreement/ sign-off by the key stakeholders] as part of RIBA Stage 2. This will include consideration to undertake minor amendments and update of the SOR to be agreed as part of a presentation before continuing to RIBA stage 3 & 4. As part of the stage 2 report, the design team is to comment on the construction strategy which will also take into account the adjacent construction site, to outline proposals for traffic management and security. The design team should note that these discussions will involve several senior stakeholders: 1. British Ambassador to Dublin 2. FCO Security Advisors 3. MOD 4. Irish Guarda 5. Project team The Stage 2 report should outline proposals for agreement and implementation in the next stages of the project. The agreed design is to be developed to RIBA Stage 4 along with accompanying specifications, drawings, schedules and contract documents to tender the project under a RAIA form of contract, utilizing a design & build procurement route. To note, a task of the employer appointed QS (already engaged) will be to appraise various forms of contract and to recommend the appropriate form of contract to the FCO whilst liaising with the project team. The project team will be appointed by the project manager under a bespoke Professional Services Contract, with Collateral Warranties back to the FCO Services. The intention is that the design liability is novated to the D&B contractor once the construction contract is let, without prejudicing the CW's to the FCO. The consultant will be required to work in conjunction with the client appointed QS to agree procurement packages, procurement routes and also to make sure the tender process conforms to the FCO standard, whilst utilizing the consultant's local construction knowledge. It is intended that the clients QS fulfils the contract administrator role, whilst the design team is novated to the principle contractor. More details contained in Scope document.",
        "datePublished": "2018-12-21T11:24:43Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "71220000",
            "description": "Architectural design services"
        },
        "additionalClassifications": [
            {
                "scheme": "CPV",
                "id": "71221000",
                "description": "Architectural services for buildings"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    },
                    {
                        "countryName": "British Oversea Territories"
                    },
                    {
                        "countryName": "Channel Islands"
                    },
                    {
                        "countryName": "Europe"
                    },
                    {
                        "countryName": "Isle of Man"
                    },
                    {
                        "countryName": "Rest of the World"
                    },
                    {
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "minValue": {
            "amount": 1,
            "currency": "GBP"
        },
        "value": {
            "amount": 118000,
            "currency": "GBP"
        },
        "procurementMethod": "direct",
        "procurementMethodDetails": "Single tender action (below threshold)",
        "tenderPeriod": {
            "endDate": "2019-02-15T23:59:59Z"
        },
        "contractPeriod": {
            "startDate": "2019-02-22T00:00:00Z",
            "endDate": "2019-12-31T23:59:59Z"
        },
        "suitability": {
            "sme": true,
            "vcse": true
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/cabdf599-d672-4527-b9f5-fecee84e4fb6",
                "datePublished": "2019-02-01T11:02:33Z",
                "format": "text/html",
                "language": "en",
                "dateModified": "2019-02-01T11:02:33Z"
            },
            {
                "id": "2",
                "documentType": "tenderNotice",
                "description": "Access to the opportunity is via e-tendering portal, Bravo Solution",
                "url": "https://fco.bravosolution.co.uk/"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-103261",
            "name": "FCO Services",
            "identifier": {
                "legalName": "FCO Services"
            },
            "address": {
                "streetAddress": "Hanslope Park",
                "locality": "Hanslope",
                "postalCode": "MK19 7BH",
                "countryName": "England"
            },
            "contactPoint": {
                "email": "dean.kempton@fco.gov.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-103261",
        "name": "FCO Services"
    }
}