Competition for the Appointment to a Framework Agreement for the provision of Architect led Integrated Design Team Consultancy Services For Castle Gardens and Various Works

Award

Value

£150,000

Classifications

  • Architectural, construction, engineering and inspection services
  • Architectural and related services
  • Engineering services
  • Construction-related services
  • Architectural services for buildings
  • Architectural services for outdoor areas

Tags

  • award
  • contract

Published

2 years ago

Description

Works arising from the issue of Call-Off Work Packages may include, but are not limited to, the following: - Planned or cyclical multi element improvement works which may include: - major repair work involving external and internal improvement works; - planned or cyclical maintenance; - repairing and/or replacing walls, external doors and windows, roofs; - other external site works; - kitchen and bathroom replacement; - Mechanical and electrical installations - new heating installations and electrical re-wiring; - minor miscellaneous repair works. - Remodelling works which may include: - extensions or conversions to one or more dwellings; - adaptation for people with disabilities; - insulation/energy conservation measures. - Works to ensure that Habinteg complies with statutory requirements such as Health and Safety at Work (Northern Ireland) Order 1978 and Disability Discrimination Act 1995 in Northern Ireland. - Survey works including - Existing Stock condition surveys; - Pre- Purchase Condition Surveys. - Surveys for Existing Satisfactory Purchases and potentially second stage Contract Administration and project management of the project - Surveys for Complex Needs Schemes and potentially second stage Contract Administration and project management of the project - Surveys for Off the shelf schemes and potentially second stage Contract Administration and project management of the project - Surveys for Rehabilitation schemes and potentially second stage Contract Administration and project management of the project Where specialist surveys such as asbestos or Legionella surveys are required, these will be procured separately by Habinteg; For the avoidance of doubt, the works do not involve response maintenance works. The projects may vary from one unit of accommodation to 80 units and over, with a housing mix that may include bungalows, apartments, houses and other dwelling types, and can be located anywhere within Northern Ireland. Completed projects must comply with all statutory requirements including Planning Consent (where appropriate) and Building Control approval and have a structural life expectancy of at least 30 years. All of the works arising from the issue of Call-Off Work Packages must comply with the following: - Department for Communities’ Housing Association Guide - Secured by Design: Housing Association Guide Part 3, Appendix 1, Annex G – Security - Life-time Homes: Housing Association Guide Part 3, Appendix 1 and Annex C – Accessibility/Lifetime Homes - Sustainability Action Plan published by the Government Construction Clients Group 3.2. Architects will be appointed to the Framework Agreement as lead consultants and they shall be solely responsible for all Design Team Members they intend to use to provide the Services. The Design Team shall consist of the following professional disciplines: • Architect: also to undertake the role of: o the lead consultant, managing overall service delivery by the design team members; o Principal Designer • Mechanical and Electrical Engineer; • Structural Engineer (and Civil Engineer, where necessary); • Quantity Surveyor; • Landscape Architect (where necessary). 3.3. Habinteg is seeking to identify and appoint well-integrated and cohesive Design Teams that have all of the right skills, competencies and experience and are considered most capable of working in partnership, to identify optimal solutions and of delivering these as efficiently and safely as possible all within strict time, cost and quality parameters.

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

Space Technology Solutions

Crown Commercial Service (CCS) as the Authority intends to put in place a Pan Government Dynamic Market for the provision of Space Technology Solutions to be utilised by Central Government Departments and all other UK Public Sector Bodies (the full list is included below the ' Awarding Contracts' section of this notice). The RM6370 Space Technology Solutions Dynamic Market provides civil and defence related space and geospatial requirements, including related technology, operations, data and advisory solutions (Space Technology Solutions). The Dynamic Market provides a broad scope of goods, works and/or services related to the following deliverables: satellite communications; unmanned autonomous vehicles (UxVs); geospatial and remote sensing; upstream launch services; design and manufacture; space domain awareness; space command and control; rapid deployment capability; research and development; position, navigation and timing; intelligence, surveillance and reconnaissance; sustainability; security, risk and insurance consulting. The range of goods, works and/or services is broad and intended to capture commercially viable products and services which may be ‘off the shelf’ or bespoke to the buyer requirement. The Dynamic Market is divided into categories, called ‘Parts’. Each Part provides specific goods, works and/or services, as detailed in the Part descriptions. The initial duration of the Dynamic Market will be six years with an optional extension of two years. An application to be appointed to the Dynamic Market, in response to this Dynamic Market Notice, can be made at any time before the End Date of the Dynamic Market. An application can be made as a single legal entity or as a special purpose vehicle (SPV). Please note that all members of a consortium (where an SPV has not been formed) wishing to tender for buyer contracts with reference to this Dynamic Market must submit their own separate application for appointment to the Dynamic Market. The Conditions for Membership for this Dynamic Market Space Technology Solutions, RM6370, are detailed in this Dynamic Market Notice. The Dynamic Market Terms of Use as provided by Crown Commercial Service, available in the Information Pack, govern the Supplier’s interaction with the Dynamic Market. These Terms are additional to the Supplier’s Conditions for Membership which the Supplier must satisfy to become a member of the Dynamic Market. The process followed by buyers to award a contract with reference to this Dynamic Market is governed by section 34 of the Procurement Act 2023. Section 34 allows buyers to award a contract with reference to an ‘appropriate dynamic market’, provided the competitive flexible procedure is used. An appropriate dynamic market is one which covers the goods, works and/or services that the buyer wishes to purchase. Please note it is the suppliers responsibility to monitor Find a Tender service for any transparency notices published for contracts with reference to this Dynamic Market and respond accordingly. The Dynamic Market Information Pack contains the Terms of Use and instructions on how to submit an application to join the Dynamic Market and is available for unrestricted and full direct access, free of charge, at https://supplierregistration.cabinetoffice.gov.uk/dm/RM6370

Katy Reed

Published 14 hours ago
Open

Multi Disciplinary Design Team

St Osyth Priory & Parish Trust is currently in the development phase of a National Lottery Heritage Fund grant which will focus on the redevelopment of the Tithe Barn and Old Dairy and into hireable event and community spaces. St Osyth Priory and Parish Trust wishes to appoint a suitably qualified and highly experienced Multi Disciplinary Design Team to work on the Development and Delivery Phases - RIBA 2 to RIBA 7 of this aspect of the project. This ITT sets out the background to the project, the tender process, timescales, and management arrangements. There is, however, no guarantee that Delivery Phase services will be required, and bidders should take account of this. Below is an approximate timeline of the programme: RIBA Stage 2 - July 2025 - December 2025 1. Pre-planning Application Submitted - September 2025 to November 2025 2. Ongoing SOPPT Meetings RIBA Stage 3 - December 2025 - August 2026 1. Coordinated Designs & costs Approved - May 2026 2. Match Funding for Delivery Phased secured and in place, agreements in place - May 2026 to August 2026 3. Planning/LBC Applications - April 2026 - May 2026 4. Delivery Phase Application Prepared - June 2026 - July 2026 5. Delivery Phase Application Submitted - August 2026 6. Planning/LBC Decision - TBC 7. Ongoing SOPPT Meetings End of Development Phase RIBA Stage 4 - January 2027 to June 2027 1. Decision on Delivery Phase Application - December 2026 (TBC) 2. Estimated Permission to Start Received (Delivery Phase) - January 2027 3. Discharge Pre-Commencement Planning/LBC conditions - February 2027 to May 2027 4. Ongoing SOPPT Meetings RIBA Stage 5 - November 2027 to January 2029 1. Construction - December 2027 to October 2028 2. Fit out and interpretation installation period - November 2028 to January 2029 3. Ongoing SOPPT Meetings RIBA Stage 6 Handover of sites & testing for close out - January 2029 - March 2029 1. Ongoing SOPPT Meetings RIBA Stage 7 In use and open for Autumn - March 2029 - May 2029 1. Ongoing SOPPT Meetings 2. Project Evaluation Submitted - March 2029 to May 2029 3. Activity period and programme ends - May 2029 SOPPT will also be procuring or have procured the following Consultants to comprise the Project Team: • Project Manager • Quantity Surveyor • Multi-Disciplinary Design Team • Activity Plan, Community Consultation and Co-Production Consultant • Business Planner • Evaluation, Economic and Social impact Consultant • Fundraising Consultant • Others as required The current anticipated construction value is £2.908 million excluding VAT, inflation, contingency and fees. All applications, enquiries and requests for site visits need to be sent to [email protected] What to include: - Case Studies - Details of who will be involved, including Bios and CVs - Community and Stakeholder Engagement - Methodology and Timeline - References - Insurance - Social value - Cost breakdown

AI Bid Assistant

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

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete