ANDBC Pre-Qualification Questionnaire - Provision of a Multi-disciplinary Design Consultancy Team for Whitespots Country Park Development

Complete

Value

£775,000

Classifications

  • Architectural design services
  • Architectural, engineering and planning services
  • Architectural, construction, engineering and inspection services
  • Landscape architectural services
  • Preservation services of historical sites and buildings
  • Quantity surveying services
  • Quantity surveying services for civil engineering works
  • Civil engineering consultancy services
  • Structural engineering consultancy services
  • Construction project management services
  • Construction management services
  • Construction supervision services
  • Project management consultancy services
  • Supervision of building work

Tags

  • tender

Submission Deadline

3 years ago

Published

3 years ago

Description

Ards and North Down Borough Council (ANDBC or the Client) is developing a long-term vision for a Regional Park running from Belfast to Comber; Newtownards; Donaghadee and back to Belfast (the boundary being 50km of a new greenway scheme). Whitespots Country Park at Newtownards (the Project) will be the nucleus for this Regional Park, a development of a new multi-use recreational facility with trails and interpretation of the unique story of the site. ANDBC is looking to appoint an Economic Operator to lead a multidisciplinary design consultancy team (ICT) to undertake the Design, Specifications, Procurement, Supervision, and overall Project Management from RIBA Stage 0 through to RIBA Stage 7 for Whitespots Country Park.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

WYCA - 22 Stations - Design Development

WYCA - 22 Stations - Design Development - Site survey of 22 stations along with associated design activities in line with the below: •Development of a detailed Bill of Quantities (BoQ) aligned with the specific standards and requirements detailed in this tender. Compile of a complete set of B of Q’s highlighting all works & materials required broken down by station. •Production of design proposals that clearly illustrate the proposed interventions at each station, including layouts, General Arrangement and locations of proposed key features such as accessible toilet pods, step-free routes, compliant signage, and tactile surfaces. •Pre-feasibility. Option selection. (GRIP 1-3)* •As part of the work the reliability and maintainability of equipment is to be considered. •The work should consider extent of station lease boundary, and any changes required to accommodate the works. Any access permits/ consents will be obtained by the PC i.e. listed building & LLC. •All required legislation and applicable standards to be identified and compliance to be evidenced. •It is to be assumed there will be a need to involve Network Rail ASPRO therefore it is for the Contractor to provide a fee for attendance to design review meetings, IDC Meeting in accordance with NR/L2/CIV/003 standards. * •All utility requirements such as water, sewage and power are to be considered. •Ensure that all relevant proposed access and egress routes from any new equipment installed are to be DDA compliant. •Review of current access and entry routes ensuring they are compliant with DDA requirements. To propose interventions to align with Accessibility legislation/ compliance. Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.  The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. Novation or Assignment The contract may be novated or assigned by Northern Trains Ltd to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.  Other Information Northern Trains Limited expressly reserves the right: not to award any suppliers the contract referred to in this notice; and in no circumstances will the customer be liable for any costs incurred by the suppliers. For more information about this opportunity, please visit the Delta E-Sourcing Portal at: https://www.delta-esourcing.com/respond/B2639TR962 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B2639TR962 To view this notice, please click here: https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=995537352

Katy Reed

Published 10 hours ago
Open

24/033 - Qualification System for the provision of Engineering, Procurement and Construction Services for South West Scotland Onshore System (SWSOS)

GNI and GNI (UK) are seeking experienced EPCS contractors to deliver a series of critical infrastructure upgrades as part of the SWSOS Decarbonisation Programme, a cornerstone of our commitment to achieving Net Zero by 2050. This tender covers multiple work packages, including the design, procurement, construction, and integration of new electric drive compressor halls across operational sites in Scotland. The successful contractor will manage complex interfaces between new and existing assets, ensuring seamless integration of mechanical, electrical, and control systems, while adhering to stringent cybersecurity and safety standards. This initiative represents a strategic investment in sustainable energy infrastructure and offers an opportunity to collaborate on projects of significant scale and impact within a multinational framework. SCOPE OF REQUIREMENTS: The scope of this tender encompasses overall project management and delivery across multiple work packages, including but not limited to the following: • Detailed Design Procurement o Procurement of detailed design for new compressor halls, based on the GNI suite of functional specifications. • Materials Procurement o Mechanical materials: high-pressure pipework, valves, and fittings. o Electrical materials: interconnecting cabling and junction boxes. o Instrumentation materials: transmitters and data cabling. Note: The second-stage tender process (CFC) will confirm the final requirements and clarify the full scope boundaries for the electric motor drive (EMD) package and the contractor's scope. • Construction Activities o Construction of new compressor halls. o Completion of all civil works, including excavations, foundations, structural steel, compressor foundations, and ancillary electrical buildings. o Installation of interconnecting pipework, electrical and control cabling, and junction boxes. • Integration and System Tie-ins o Integration of new electric drive compressors into the existing fleet of gas turbines. o Mechanical, electrical, and control system tie-ins at operational compressor stations across GNI UK sites in Scotland. • Security and Cybersecurity o Installation of security systems and implementation of cybersecurity controls in line with GNI specifications. • Testing and Commissioning o Full responsibility for FAT and SAT activities. o Commissioning and start-up of all new systems. Additional Scope Notes: • GNI may procure electric motor drive (EMD) packages separately. • GNI will manage all permitting and planning permissions. • GNI will separately upgrade incoming site electrical supply to power the new EMD packages. Indicative EPCS Scope Boundary: The EPCS scope is envisaged to cover all elements required for the delivery of an electric drive compressor station as outlined above. A more detailed scope is provided within the Appendices of the Qualification System Questionnaire documents.

Open

WYCA - 22 Stations - Design Development

WYCA - 22 Stations - Design Development - Site survey of 22 stations along with associated design activities in line with the below: •Development of a detailed Bill of Quantities (BoQ) aligned with the specific standards and requirements detailed in this tender. Compile of a complete set of B of Q’s highlighting all works & materials required broken down by station. •Production of design proposals that clearly illustrate the proposed interventions at each station, including layouts, General Arrangement and locations of proposed key features such as accessible toilet pods, step-free routes, compliant signage, and tactile surfaces. •Pre-feasibility. Option selection. (GRIP 1-3)* •As part of the work the reliability and maintainability of equipment is to be considered. •The work should consider extent of station lease boundary, and any changes required to accommodate the works. Any access permits/ consents will be obtained by the PC i.e. listed building & LLC. •All required legislation and applicable standards to be identified and compliance to be evidenced. •It is to be assumed there will be a need to involve Network Rail ASPRO therefore it is for the Contractor to provide a fee for attendance to design review meetings, IDC Meeting in accordance with NR/L2/CIV/003 standards. * •All utility requirements such as water, sewage and power are to be considered. •Ensure that all relevant proposed access and egress routes from any new equipment installed are to be DDA compliant. •Review of current access and entry routes ensuring they are compliant with DDA requirements. To propose interventions to align with Accessibility legislation/ compliance. Where used throughout this notice, the meaning of Train Operating Companies includes all and any of those train operating companies who, currently or in the future, provide services for the carriage of passengers by railway: under a franchise agreement with the Secretary of State within the meaning of section 23(3) of the Railways Act 1993 or under, or secured under, the Secretary of State's duty in section 30(1) of the Railways Act 1993; or in accordance with legislation which supersedes or amends the powers referred to in a) and b), including where such powers are transferred from the Secretary of State to another body.  The list of current providers of services for the carriage of passengers by railway under these provisions can be found at https://www.gov.uk/guidance/public-register-of-rail-passenger-contracts. Novation or Assignment The contract may be novated or assigned by Northern Trains Ltd to Train Operating Companies, or to DFT Operator Limited (company number: 07141122) or any successor parent company to a Train Operating Company, following a corporate restructuring or similar circumstance.  Other Information Northern Trains Limited expressly reserves the right: not to award any suppliers the contract referred to in this notice; and in no circumstances will the customer be liable for any costs incurred by the suppliers. For more information about this opportunity, please visit the Delta E-Sourcing Portal at: https://www.delta-esourcing.com/respond/B2639TR962 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B2639TR962 For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-York:-Construction-work./B2639TR962 To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/B2639TR962

Katy Reed

Published 14 hours ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete