Notice Information
Notice Title
Multi-Discipline Consultancy Framework
Notice Description
BHC requires a range of construction consultancy services for various development and port related projects within the Belfast Harbour Estate and to meet this requirement, intends to procure a number of framework agreements for the provision of such services. The required consultancy services have been split into the following Lots: * Lot 1: Civil and Structural Engineer; * Lot 2: Mechanical and Electrical Engineer; * Lot 3: Architect; * Lot 4: Project Manager/ Quantity Surveyor; * Lot 5: Planning; and * Lot 6: Environmental. BHC intends to conduct this tender process by following the procedures laid down in the Utilities Contracts Regulations 2016 (as amended). Interested parties should note however that not all of the services that may be required under any framework agreements awarded will relate to BHC's port activities.
Lot Information
Civil and Structural Engineer
Further information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS700k and PS1,000k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS2M.
Mechanical and Electrical EngineerFurther information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS50k and PS150k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS300k.
ArchitectFurther information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS400k and PS600k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS1.2M.
Project Manager/Quantity SurveyorFurther information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS150k and PS400k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS800k.
PlanningFurther information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS50k and PS150k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS300k.
EnvironmentalFurther information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS50k and PS150k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS300k.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-04787a
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/019841-2024
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71240000 - Architectural, engineering and planning services
71247000 - Supervision of building work
71248000 - Supervision of project and documentation
71300000 - Engineering services
71313000 - Environmental engineering consultancy services
71321000 - Engineering design services for mechanical and electrical installations for buildings
71322000 - Engineering design services for the construction of civil engineering works
71356400 - Technical planning services
71400000 - Urban planning and landscape architectural services
71500000 - Construction-related services
71520000 - Construction supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
90712000 - Environmental planning
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Jun 20241 years ago
- Submission Deadline
- 2 Aug 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- BELFAST HARBOUR COMMISSIONERS
- Contact Name
- Not specified
- Contact Email
- tenders@belfast-harbour.co.uk
- Contact Phone
- +44 2890554422
Buyer Location
- Locality
- BELFAST
- Postcode
- BT1 3AL
- Post Town
- Northern Ireland
- Country
- Northern Ireland
-
- Major Region (ITL 1)
- TLN Northern Ireland
- Basic Region (ITL 2)
- TLN0 Northern Ireland
- Small Region (ITL 3)
- TLN06 Belfast
- Delivery Location
- TLN06 Belfast
-
- Local Authority
- Belfast
- Electoral Ward
- Duncairn
- Westminster Constituency
- Belfast North
Further Information
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-h6vhtk-04787a-2024-06-28T15:16:12+01:00",
"date": "2024-06-28T15:16:12+01:00",
"ocid": "ocds-h6vhtk-04787a",
"description": "BHC reserves the right at any time to: - reject any or all responses and to cancel or withdraw from this procurement at any stage, - award a contract without prior notice, - change the basis, the procedures and timescales set out or referred to within the procurement documents, or - require a bidder to clarify any submissions in writing and/or to provide additional information. Bidders who wish to participate in this procurement will be required to provide contact details before downloading the tender documents. Bidders who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the tender process. The costs of responding to this notice and participation in the process will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties. The tender process has been structured into 6 lots, as described above. Bidders are permitted to apply for one or more lots, and there is no limit on the number of lots which may be applied for. A maximum of 4 bidders will be appointed to each lot. Please note however that BHC reserves the right to terminate the tender process for any lot at any time, not to award a framework agreement for any lot(s) and furthermore, to award a contract for part of a lot, acting at its discretion.",
"initiationType": "tender",
"tender": {
"id": "ocds-h6vhtk-04787a",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Multi-Discipline Consultancy Framework",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
"mainProcurementCategory": "services",
"description": "BHC requires a range of construction consultancy services for various development and port related projects within the Belfast Harbour Estate and to meet this requirement, intends to procure a number of framework agreements for the provision of such services. The required consultancy services have been split into the following Lots: * Lot 1: Civil and Structural Engineer; * Lot 2: Mechanical and Electrical Engineer; * Lot 3: Architect; * Lot 4: Project Manager/ Quantity Surveyor; * Lot 5: Planning; and * Lot 6: Environmental. BHC intends to conduct this tender process by following the procedures laid down in the Utilities Contracts Regulations 2016 (as amended). Interested parties should note however that not all of the services that may be required under any framework agreements awarded will relate to BHC's port activities.",
"lots": [
{
"id": "1",
"title": "Civil and Structural Engineer",
"description": "Further information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS700k and PS1,000k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS2M.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "2",
"title": "Mechanical and Electrical Engineer",
"description": "Further information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS50k and PS150k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS300k.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "3",
"title": "Architect",
"description": "Further information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS400k and PS600k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS1.2M.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "4",
"title": "Project Manager/Quantity Surveyor",
"description": "Further information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS150k and PS400k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS800k.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "5",
"title": "Planning",
"description": "Further information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS50k and PS150k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS300k.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
},
{
"id": "6",
"title": "Environmental",
"description": "Further information is available in the PQQ. It is currently anticipated that any framework agreement awarded will commence around December 2024 and continue thereafter (subject to any earlier termination in accordance with its terms) for an initial period of four (4) years. Following expiry of the initial period, BHC may, acting at its discretion and subject to the terms of the framework agreement, extend the framework agreement on up to 4 occasions for 12 months each time. The framework will therefore have a maximum potential duration of 8 years. Additional information: Lot value is estimated between PS50k and PS150k p.a.. Appointment to the framework agreement does not provide any exclusivity or guarantee of any minimum volume of work. The size of projects awarded may vary significantly. To be eligible for shortlisting, bidders must meet a minimum turnover threshold of PS300k.",
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71247000",
"description": "Supervision of building work"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71300000",
"description": "Engineering services"
},
{
"scheme": "CPV",
"id": "71520000",
"description": "Construction supervision services"
},
{
"scheme": "CPV",
"id": "71530000",
"description": "Construction consultancy services"
},
{
"scheme": "CPV",
"id": "71540000",
"description": "Construction management services"
}
],
"deliveryAddresses": [
{
"region": "UKN06"
}
],
"deliveryLocation": {
"description": "Belfast Harbour Estate"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71247000",
"description": "Supervision of building work"
},
{
"scheme": "CPV",
"id": "71248000",
"description": "Supervision of project and documentation"
},
{
"scheme": "CPV",
"id": "71321000",
"description": "Engineering design services for mechanical and electrical installations for buildings"
},
{
"scheme": "CPV",
"id": "71322000",
"description": "Engineering design services for the construction of civil engineering works"
},
{
"scheme": "CPV",
"id": "71500000",
"description": "Construction-related services"
}
],
"deliveryAddresses": [
{
"region": "UKN06"
}
],
"deliveryLocation": {
"description": "Belfast Harbour Estate"
},
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71200000",
"description": "Architectural and related services"
}
],
"deliveryAddresses": [
{
"region": "UKN06"
}
],
"deliveryLocation": {
"description": "Belfast Harbour Estate"
},
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71000000",
"description": "Architectural, construction, engineering and inspection services"
}
],
"deliveryAddresses": [
{
"region": "UKN06"
}
],
"deliveryLocation": {
"description": "Belfast Harbour Estate"
},
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71240000",
"description": "Architectural, engineering and planning services"
},
{
"scheme": "CPV",
"id": "71356400",
"description": "Technical planning services"
},
{
"scheme": "CPV",
"id": "71400000",
"description": "Urban planning and landscape architectural services"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
}
],
"deliveryAddresses": [
{
"region": "UKN06"
}
],
"deliveryLocation": {
"description": "Belfast Harbour Estate"
},
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71313000",
"description": "Environmental engineering consultancy services"
},
{
"scheme": "CPV",
"id": "90712000",
"description": "Environmental planning"
}
],
"deliveryAddresses": [
{
"region": "UKN06"
}
],
"deliveryLocation": {
"description": "Belfast Harbour Estate"
},
"relatedLot": "6"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.belfast-harbour.co.uk/corporate/tenders",
"documents": [
{
"id": "economic",
"documentType": "economicSelectionCriteria"
},
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"otherRequirements": {
"reductionCriteria": "Further information is available in the PQQ and will be provided in the invitation to tender documents."
},
"submissionTerms": {
"depositsGuarantees": "BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.",
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"contractTerms": {
"financialTerms": "As set out in the contract documents.",
"tendererLegalForm": "Subject to the status and involvement of the parties, BHC may require the parties to commit to joint and several liabilty in respect of the contract. Alternatively, BHC may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.",
"performanceTerms": "As specified in the PQQ and tender documents."
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true
},
"secondStage": {
"successiveReduction": true,
"invitationDate": "2024-09-09T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2024-08-02T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-83178",
"name": "BELFAST HARBOUR COMMISSIONERS",
"identifier": {
"legalName": "BELFAST HARBOUR COMMISSIONERS",
"noIdentifierRationale": "notOnAnyRegister"
},
"address": {
"streetAddress": "Harbour Office, Corporation Square",
"locality": "BELFAST",
"region": "UKN06",
"postalCode": "BT1 3AL",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 2890554422",
"email": "tenders@belfast-harbour.co.uk",
"url": "https://www.belfast-harbour.co.uk/corporate/tenders"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.belfast-harbour.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "PORT_RELATED_ACTIVITIES",
"description": "Port-related activities"
}
]
}
},
{
"id": "GB-FTS-9400",
"name": "High Court of Justice in Northern Ireland",
"identifier": {
"legalName": "High Court of Justice in Northern Ireland"
},
"address": {
"streetAddress": "Royal Courts of Justice, Chichester Street",
"locality": "Belfast",
"postalCode": "BT1 3JF",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-83178",
"name": "BELFAST HARBOUR COMMISSIONERS"
},
"language": "en"
}