Notice Information
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.
Notice Details
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
Buyer & Supplier
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
-
https://www.contractsfinder.service.gov.uk/Notice/cabdf599-d672-4527-b9f5-fecee84e4fb6
1st February 2019 - Opportunity notice on Contracts Finder -
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}