07.06.2015 Views

Walled City Lighting Project, Derry ~ Londonderry - Derry City Council

Walled City Lighting Project, Derry ~ Londonderry - Derry City Council

Walled City Lighting Project, Derry ~ Londonderry - Derry City Council

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> <strong>Project</strong>,<br />

<strong>Derry</strong> ~ <strong>Londonderry</strong><br />

Brief for<br />

Electrical Consultant Engineer led<br />

Specialist Consultancy Services<br />

<strong>City</strong> Engineer‟s Department<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong><br />

May 2011


____________________________________________________________________<br />

Contents<br />

2


____________________________________________________________________<br />

Contents<br />

Page<br />

Cover Page<br />

Contents Page 2<br />

Part 1 Introduction 4<br />

Part 2 Background and Reference Material 7<br />

Part 3 Scope and Phasing of Works 9<br />

Part 4 Instructions to Tenderers 20<br />

Part 5 Lead Consultant Practice Information 28<br />

Part 6 <strong>Project</strong> Team Information 35<br />

Part 7 Fee Proposal, Standard Agreement, Form of Tender 47<br />

Part 8 Evaluation and Award Criteria 55<br />

Part 9 Declarations 58<br />

9.1 Form of Assurance<br />

9.2 Collusive Tendering Certificate<br />

9.3 Equality of Opportunity<br />

9.4 Fair Employment<br />

9.5 Freedom of Information<br />

9.6 Non-submittal of tender form<br />

9.7 Submission Checklist<br />

3


____________________________________________________________________<br />

Part 1<br />

Introduction<br />

4


____________________________________________________________________<br />

1.0 Introduction<br />

The historic <strong>Walled</strong> <strong>City</strong> of <strong>Derry</strong>-<strong>Londonderry</strong> has been designated as one of five<br />

Signature Tourism Destinations by the Northern Ireland Tourist Board. The <strong>City</strong>‟s<br />

status as a Signature Tourism Destination is founded upon its historic 17 th Century<br />

<strong>City</strong> Walls, rich built heritage as well as its cultural heritage and offering.<br />

The <strong>City</strong> has been designated as the inaugural UK <strong>City</strong> of Culture for 2013 which will<br />

see a celebration of its culture to local and international audiences through the<br />

delivery of a high profile cultural programme. A dedicated company has been set up<br />

to manage and deliver the UK <strong>City</strong> of Culture 2013 programme.<br />

In recent years, the <strong>City</strong> has witnessed significant public sector investment in a<br />

number of high profile tourism infrastructure projects that are designed to enhance<br />

the product offering and improve the overall visitor experience. <strong>Project</strong>s have<br />

included; a Built Heritage Programme to target investment towards the restoration of<br />

six key historic buildings; a visitor orientation and interpretation programme;<br />

refurbishment of the award winning Tower Museum and capital support and fit out of<br />

key community tourism attractions.<br />

There have also been many completed and ongoing complimentary physical<br />

regeneration projects including £8m public realm scheme in Waterloo Place/Guildhall<br />

Square, the <strong>Walled</strong> <strong>City</strong> Townscape Heritage Initiative and the £13.5m foot/cycle<br />

bridge across the River Foyle linking Ebrington Barracks regeneration site with the<br />

<strong>City</strong> Centre.<br />

The <strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> Strategy has been developed by <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>, and a<br />

number of partners including Northern Ireland Tourist Board, Ilex and the Northern<br />

Ireland Environment Agency (Built Heritage Division). <strong>Council</strong> have previously<br />

commissioned a <strong>Lighting</strong> Strategy document that made the case for a major lighting<br />

project in the <strong>City</strong> as well as assisting in identifying the buildings/features to be lit.<br />

This document has assisted NITB in securing a dedicated budget for the capital<br />

implementation of the project - which will be managed and delivered by <strong>Derry</strong> <strong>City</strong><br />

<strong>Council</strong>.<br />

The <strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> Strategy aims to build upon the previous and ongoing<br />

tourism infrastructure and physical regeneration projects through the implementation<br />

of an innovative and creative lighting project that will illuminate 6 key historic<br />

buildings (see below for details), the surface and selected elevations of the Historic<br />

<strong>City</strong> Walls, as well as the Craigavon Bridge.<br />

The objective of the lighting strategy is to illuminate and visually enhance key<br />

elements of the <strong>City</strong>‟s built heritage product in the hours of darkness, as well as<br />

contributing to extending visitor dwell time to the <strong>City</strong> throughout the year. In order to<br />

achieve this, <strong>Council</strong> and its partners envisage a high quality design lighting solution<br />

that is commensurate with a Signature Tourism Destination seeking to achieve<br />

international stand out within the tourism marketplace. Quality of design will<br />

therefore be a key consideration that forms part of the overall determination of this<br />

tender.<br />

5


____________________________________________________________________<br />

Out of the eight projects identified below, seven fall outside the ownership of <strong>Derry</strong><br />

<strong>City</strong> <strong>Council</strong>, with the Guildhall being the only <strong>Council</strong>-owned property. However, all<br />

of the project promoters for these seven properties are committed to working with<br />

<strong>Council</strong> to assist in the delivery of the project.<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong>, on behalf of the Built Heritage Partners, now intend to appoint a<br />

multi-disciplinary team to carry forward the development of an external flood lighting<br />

scheme for the following buildings and monuments:<br />

<strong>City</strong> Walls<br />

Guildhall<br />

St Columb‟s Cathedral<br />

Playhouse Theatre<br />

First Presbyterian Church<br />

Apprentice Boys Memorial Hall<br />

Craigavon Bridge<br />

Aras Colmcille<br />

The Multi-Disciplinary team should include the following as a minimum;<br />

Consultant Electrical Engineer, as Lead Consultant<br />

Specialist Building <strong>Lighting</strong> Designer<br />

Civil/Structural Engineer<br />

Conservation Architect<br />

Quantity Surveyor/Cost Consultant<br />

Planning Consultant<br />

CDM Co-ordinator<br />

Site Supervisor / Clerk of Works<br />

This outline brief sets out the possible phases of work to be undertaken and<br />

associated timescales. It provides instructions to tenderers and advises on the<br />

criteria that will be used for assessment of tenders.<br />

6


____________________________________________________________________<br />

Part 2<br />

Background and Reference<br />

Material<br />

7


____________________________________________________________________<br />

2.0 Summary Of Studies And Reports<br />

Two reports were previously prepared for the Built Heritage Partners (BHP) in<br />

connection with the proposed lighting of a range of historic buildings, monuments and<br />

bridges in <strong>Derry</strong>-<strong>Londonderry</strong>. The two reports are:<br />

‘<strong>Walled</strong> <strong>City</strong> of <strong>Derry</strong>, <strong>Lighting</strong> Strategy, Survey and Strategy Document’<br />

February 2007 – Equation <strong>Lighting</strong> Design Ltd et al<br />

‘<strong>Walled</strong> <strong>City</strong> of <strong>Derry</strong>, Fittings Book- Issue No.1’<br />

March 2007 – Equation <strong>Lighting</strong> Design Ltd et al<br />

Hardcopies of these two documents are available for inspection at <strong>Derry</strong> <strong>City</strong><br />

<strong>Council</strong>‟s office at 98 Strand Road, <strong>Derry</strong>, BT48 7NN by prior appointment with (Mr.<br />

Francis Morrison, Head of Design & <strong>Project</strong> Management, <strong>City</strong> Engineer‟s<br />

Department, francis.morrison@derrycity.gov.uk).<br />

In addition to the above reports, record drawings are available for the following<br />

buildings, which can be made available in .pdf format to tenderers upon written<br />

request to Mr Francis Morrison, Head of Design & <strong>Project</strong> Management, <strong>City</strong><br />

Engineer‟s Department, francis.morrison@derrycity.gov.uk . Copies of drawings will<br />

be issued on CD only, which should be collected in person by tenderers from <strong>Council</strong><br />

Offices at 98 Strand Road, <strong>Derry</strong>, BT48 7NN. Should tenderers request that CD<br />

containing drawings be posted out to them, this will be done by normal Royal Mail<br />

surface post and <strong>Council</strong> can accept no liability for late, or lost, post. Where<br />

available, .dwg format versions of these drawings will be made available to the<br />

appointed design team.<br />

<strong>City</strong> Walls<br />

Guildhall<br />

St Columb‟s Cathedral<br />

Playhouse Theatre<br />

First Presbyterian Church<br />

Craigavon Bridge<br />

Aras Colmcille<br />

Please note that <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> does not accept liability for the content of<br />

and any omissions therein of any existing documentation/drawings supplied to<br />

the design team.<br />

The appointed design team must ensure that all surveys, studies, drawings<br />

and any other material supplied by <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> or other third parties is<br />

of an adequate quality and standard to the satisfaction of the design team to<br />

carry out their necessary work and duties. It is the responsibility of the design<br />

team to identify any omissions or sub-standard work and carry out or<br />

commission this work again and/or any additional work they deem necessary<br />

to complete their design of the proposed works and the cost of which must be<br />

included in their tender offer.<br />

8


____________________________________________________________________<br />

Part 3<br />

Scope and Phasing of Works<br />

9


____________________________________________________________________<br />

3.1 Scope of Work<br />

The Lead Electrical Consultant will be engaged under the Association for Consulting<br />

and Engineering ACE Agreement 1: Design 2009 Edition incorporating June 2009<br />

amendments including the full range of services (i.e. G1 & G2) and other services<br />

(i.e. all G3 & G4) as set out in ACE Schedule of Services Part G (b) Lead Consultant<br />

- Design.<br />

In addition and including the services outlined in the above schedule, the following<br />

scope of services is required:<br />

3.1.1 Scope of Design Team input to Appraisal and Strategic Briefing Stages (A&SP<br />

Stages)<br />

(a) Receive and assess any information made available by <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> (DCC),<br />

Northern Ireland Tourist Board (NITB), Build Heritage Partners (BHP) and any other<br />

third parties regarding the project and each existing buildings/monuments/structures,<br />

including previous studies referred to in Part 2.<br />

(b) Attend <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>, NITB and BHP client team briefing workshops, as required<br />

to establish and agree SMART project goals/outcomes (i.e. programme, budget,<br />

deliverables, sustainability, BHP expectations, etc) and appropriate Design Quality<br />

Indicators and any other requirements of the DCC/NITB/BHP.<br />

(c) Establish any operating restrictions, constraints or requirements the BHP will impose<br />

on the design of the works and take cognise of these in later design stages.<br />

(d) Inspect and prepare outline report on the built form of each building/monument/<br />

structure.<br />

(e) Inspect and prepare outline report on the form and condition of the existing electrical<br />

infrastructure at each building/monument/structure. The focus of the inspection and<br />

report should be limited to that which will be affected by the addition of the new<br />

electrical infrastructure required for any new lighting scheme.<br />

(f) Liaise with and gather initial information from all appropriate statuary/regulatory<br />

bodies with an interest in the project such as NIEA, DRD Roads Service – Street<br />

<strong>Lighting</strong> & Structures Sections, Planning Service, etc, this list is not exhaustive.<br />

(g) Prepare project programme including DCC/NITB approval parameters, Gateway<br />

Review points if and as required, procurement method, statuary approvals,<br />

contractor‟s design approval, construction period, commission and handover.<br />

(h) The Stage A&SB Report shall be prepared and will include:<br />

• A record of the agreed project goals and requirements of the DCC/NITB/BHP.<br />

• A record of the built form of each building/monument/structure.<br />

• A record of the form and condition of the electrical infrastructure and electricity<br />

supply capacity at each building/monument/structure.<br />

• <strong>Project</strong> programme<br />

10


____________________________________________________________________<br />

3.1.2 Scope of Design Team input to Outline Proposals Stage (OP Stage)<br />

(a) Contribute to completion of the <strong>Project</strong> Brief and attend further briefing workshops, as<br />

required.<br />

(b) Identify a range of possible new lighting options for each building/monument/<br />

structure; to be developed in conjunction/consultation with DCC/NITB/BHP (allow for<br />

a minimum of 3 options per building/monument/structure).<br />

(c) Meet with DCC/NITB/BHP and present the lighting proposals and rational of design<br />

options. If any option is deemed unacceptable to the client team e.g. due to its<br />

similarity to other proposals, ignoring fundamental design criteria agreed at A&SP<br />

Stage, etc, the design team shall replace it with an acceptable alternative design.<br />

(d) In conjunction with <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>, BHP and relevant service authorities (i.e. NIE,<br />

DRD Roads Service – Street <strong>Lighting</strong> Section, etc) define the infrastructural<br />

requirements for lighting each building/monument/structure.<br />

(e) Establish existing electricity supply capacity at each building/monument/structure,<br />

monitor current usage and establish the need for any enhanced supply to realise<br />

proposed lighting options. Organise and manage procurement of service to<br />

monitor electricity power requirements of each supply phase over a 7 day<br />

period using a data logger system which monitors and records current, voltage,<br />

power factor and maximum demand for each building/electricity supply point as<br />

appropriate. Printed reports to be available for each supply point monitored. Payment<br />

will be made on submission of a receipted paid invoice for service. Hawk Energy<br />

Monitor Model 5000 or equal and approved system should be used for monitoring<br />

purposes.<br />

(f) Review and update project programme.<br />

(g) Advise on the application of all project specific statuary/regulatory approvals and<br />

highlight any design, cost and time implications associated with obtaining all such<br />

approvals.<br />

(h) Prepare images of lighting proposals to inform DCC/NITB/BHP in making a decision<br />

on the preferred design option for each building/site.<br />

(i) Collate all design and cost input from other consultants and assist in the preparation<br />

of the Stage OP costs estimates.<br />

(j) Prepare and submit a Stage OP Report to DCC/NITB/BHP. Report in minimum A3<br />

format and to collate and integrate design development up to the ACE stage OP and<br />

any other requirements set out in this brief. The report should include:<br />

Background to the project (executive summary)<br />

Summarise <strong>Project</strong> Brief<br />

Present preliminary sketch plans/elevations at an appropriate size (A3 size minimum)<br />

and scale to clearly demonstrate the proposed lighting systems at each<br />

building/monument/structure. Drawings to be provided in hard copy and electronically<br />

(in both .pdf and AutoCAD formats)<br />

11


____________________________________________________________________<br />

Present preliminary, reasonable quality, photomontages at an appropriate size (A4<br />

size minimum) to clearly demonstrate each proposed lighting option at each<br />

building/monument/ structure.<br />

Provide an indicative cost estimate for the capital cost of the infrastructure works for<br />

each option, along with indicative annual running and maintenance costs.<br />

All reports and drawings will be provided in hard copy (i.e. 9 no. copies) and digital<br />

format (i.e. pdf and MS Word and AutoCAD formats). Copyright for these reports and<br />

drawings will remain with <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> and other members of the BHP client<br />

team.<br />

3.1.3 Scope of design team input to Detailed Proposals Stage (DP Stage)<br />

(a) Report on the relative advantages and disadvantages associated with each of the<br />

proposed lighting options at each building/monument/structure identified under<br />

Strategic Briefing Stage and recommend the most appropriate lighting option for<br />

each building/monument/structure.<br />

(b) Inspect and prepare detailed report on the form and condition of the existing<br />

electrical infrastructure, at each building/monument/structure. The focus of the<br />

inspection and report should be limited to that which will be affected by the addition<br />

of the new electrical infrastructure required for any new lighting scheme. Include<br />

recommendations for any remedial, enhanced, or replacement works to existing<br />

infrastructure needed to facilitate the new lighting scheme only (i.e. exclude works to<br />

any electrical infrastructure which serves other purposes within each building) and<br />

cost same.<br />

(c) Develop design of lighting system at each building/monument/structure, including any<br />

associated civil, structural and landscaping works.<br />

(d) Design quality, environmental impact and sustainability are key priorities for the<br />

project team and cost allowances should reflect an appropriate level of specification<br />

to reduce the environmental impact of the proposed infrastructure at each site and<br />

optimise whole life running cost for the various facilities.<br />

(e) Develop proposed outline specifications for all new fittings, plant, equipment and<br />

materials. All equipment shall be suitably robust and vandal proof, weather proof,<br />

highly durable finishes, acceptable appearance, all components easily replacable,<br />

comply with all necessary design standards and regulations, have proven reliability<br />

record from installed applications and represent good value.<br />

(f) Advise on the need, likely cost and scope of all survey work, opening up/exploratory<br />

works, testing, modelling, etc required to complete the design process and eliminate,<br />

reduce or make contingency provision for the design, cost, programme and H&S<br />

risks associated with the project.<br />

(g) Establish and address the statutory and regulatory approvals, etc that may be<br />

required to enable the project to be delivered at minimum risk to the client.<br />

12


____________________________________________________________________<br />

(h) Establish land ownership in the vicinity of each building/monument/structure where<br />

proposed lighting infrastructure is to be located. Inspect and report on the extent of<br />

land required to site the proposed lighting systems, highlighting requirements for third<br />

party agreement for equipment sited outside BHP‟s property.<br />

(i) Carry out an initial appraisal of any potential environmental impact of preferred<br />

lighting option at each building/monument/structure (e.g. unintentional light<br />

spillage/pollution, disturbance to nesting birds, or bats, etc).<br />

(j) Establish and detail annual maintenance and running requirements and costs for<br />

proposed lighting system at each building/monument/structure<br />

(k) Establish and detail safe and practical means of access for routine maintenance and<br />

replacement of all proposed lighting infrastructure.<br />

(l) Liaise with and take guidance from the Planning Service, NIEA, Roads Service, etc<br />

by means of pre-application discussions (PADS) on the planning implications for the<br />

proposed lighting design at each building/site, minute any meetings or dealings with<br />

Planning Service, etc in the Stage OP Report.<br />

(m) Liaise with and take guidance from any other relevant statutory and regulatory<br />

authorities (e.g. The Honourable the Irish Society, DRD Roads Service - Street<br />

<strong>Lighting</strong> & Structures Departments, Rivers Agency, Loughs Agency, etc) on the<br />

implications for the proposed lighting system designs at each building/ monument/<br />

structure. Minute any meetings, or dealings, with the various authorities for the Stage<br />

OP Report.<br />

(n) Investigate with all the appropriate service authorities on the presence of any<br />

overhead or buried services in the vicinity of the proposed lighting system at each<br />

building/monument/structure which may be affected by the proposed works (e.g. NI<br />

Water, NIE, BT, Firmus, Virgin Media, DRD Roads Service Street <strong>Lighting</strong>, Rivers<br />

Agency, etc). Determine effect of any requirements that authorities may have on the<br />

lighting design, the cost plan and the project programme. Minute any meetings, or<br />

dealings, with the various authorities for the Stage C Report.<br />

(o) Specify, manage the procurement of and supervise on site all survey, testing and<br />

exploratory works, etc as recommended in the Stage OP Report. The cost of all such<br />

work, not taken for being included in the design team‟s brief as set out in this<br />

document, shall be covered by others. All survey, testing and opening up contractors<br />

shall be procured in accordance with <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>‟s procurement guidance and<br />

procedures and should be generally be Constructionline registered unless exempted<br />

by DCC. If Tenderers are in any doubt as to which works should be included in their<br />

tender sum or not, then they must raise this matter using the tender query procedure<br />

set out in the Instructions to Tenderers, otherwise the client team‟s interpretation on<br />

the matter of inclusion or not of services will be final.<br />

(p) Carry out a Health and Safety workshop, attended by <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>, Build<br />

Heritage Partners and other third parties prepare a Health and Safety Coordination<br />

Strategy report. Undertake and record appropriate design risk assessments.<br />

(q) Carry out a Sustainability workshop, attended by DCC/NITB/BHP other third parties<br />

and prepare a Sustainability Action Plan to the satisfaction of client team.<br />

13


____________________________________________________________________<br />

(r) Attend a procurement workshop with DCC/NITB/BHP and other third parties to<br />

review and determine the optimum contract strategy for the project. It should be<br />

noted that it is the strong preference of the client‟s design team that the works<br />

contract should be procured by means of a Design Development & Build Contract.<br />

Prepare a procurement strategy report and programme to the satisfaction of client<br />

team.<br />

(s) Carry out a Risk + Value Management workshop, attended by DCC/NITB/BHP and<br />

other third parties. Prepare a Risk + Value Management Strategy report, to the<br />

satisfaction of client team.<br />

(t) Submit planning application to Planning Service.<br />

(u) Prepare and submit a Stage DP Report to DCC/NITB/BHP. Report in minimum A3<br />

format and to collate and integrate design development up to the Planning<br />

Application stage. The report should include:<br />

Background to the project (executive summary)<br />

Summarise <strong>Project</strong> Brief<br />

A record of the rationale for choosing the final selection of preferred design<br />

proposal at each building/monument/structure.<br />

Prepare proposed drawings for each building/monument/structure by each<br />

individual design discipline in plan (1:100 scale), section (1:50 scale), elevation<br />

(1:100 scale) and 3D if requested.<br />

Present detailed A3 sized realistic, high quality, elevational photomontages<br />

illustrating the proposed lighting effects at each building/monument/structure.<br />

The design team may be requested to produce high quality 3D rendered models<br />

of the buildings showing the effect of the proposed lighting on same. Therefore,<br />

the design team shall ensure that they have access to and use of the appropriate<br />

modelling software. This element of the commission is priced separately in Part 7<br />

Section 7.4 of this document and will not be used in the overall tender cost<br />

evaluation.<br />

A specification outlining key performance design criteria for the proposed facility<br />

by individual design disciplines.<br />

An outline of the key recommendations from the individual strategy reports –<br />

Procurement, H+S, Sustainability, Risk + Value<br />

An outline master programme to include reference to the preferred method of<br />

procurement, Gateway Reviews and dependencies (demonstrable through<br />

comparable GANTT charts and narrative analysis of dependencies).<br />

14


____________________________________________________________________<br />

An elemental cost plan to include whole-life cost elements and an outline of the<br />

key recommendations from the Performance Management report on whole-life<br />

cost. A total, all encompassing cost for each individual site is to be identified<br />

including all capital works for new/enhanced infrastructure, design fees, surveys<br />

and studies, supervision, statutory fees and charges, utility/service diversions<br />

and/or provision, any client capital costs, contingency sums, etc.<br />

3.1.4 Scope of design team input to Final Proposals Stage (DP Stage)<br />

(a) Develop final design, in line with the previously agreed Design Quality Indicators, of<br />

lighting system at each building/monument/structure, including any associated civil,<br />

structural and landscaping works.<br />

(b) Develop proposed specifications for all new fittings, plant, equipment and materials.<br />

(c) Review outcomes and conclusion from any survey work, opening up/exploratory<br />

works, testing, modelling, etc and amend design where required to eliminate, reduce<br />

or make contingency provision for any cost, programme and H&S risks associated<br />

with the project.<br />

(d) Obtain all statutory and regulatory approvals, etc to enable the project to be delivered<br />

at minimum risk to the client.<br />

(e) Assist DCC and Land Property Services with any negotiations where third party lands<br />

are required to site the proposed lighting systems.<br />

(f) Ensure design eliminates any negative environmental impact at each<br />

building/monument/structure (e.g. unintentional light spillage/pollution, disturbance to<br />

nesting birds, or bats, etc).<br />

(g) State annual maintenance and running requirements and costs for proposed lighting<br />

system at each building/monument/structure<br />

(h) Confirm safe and practical means of access for routine maintenance and<br />

replacement of all proposed lighting infrastructure.<br />

(i) Obtain planning permission for the proposed lighting design at each building/site.<br />

(j) Obtain all other relevant statutory and regulatory approvals (e.g. Building Control,<br />

DRD Roads Service - Street <strong>Lighting</strong> & Structures Departments, Rivers Agency,<br />

Loughs Agency, The Honourable the Irish Society, Crown Estates, etc) for the<br />

proposed lighting system designs at each building/monument/structure.<br />

(k) Agree any alterations to existing services in the vicinity of each site or other such<br />

works with all the appropriate service authorities (e.g. NI Water, NIE, BT, Firmus,<br />

Virgin Media, DRD Roads Service Street <strong>Lighting</strong>, Rivers Agency, etc).<br />

(l) Notify HSE under the CDM Regulations.<br />

15


____________________________________________________________________<br />

(m) Select preferred procurement methodology and documentation (i.e. conditions of<br />

contract, specification, method of measurement, etc). It should be noted that it is the<br />

strong preference of DCC/NITB that an NEC3 form of contract is used for this project.<br />

The design team must include in their fee for services associated with using an NEC<br />

Target Cost option. The Lead Consultant/<strong>Project</strong> Manager is to produce a<br />

Procurement Strategy Report for approval by DCC/NITB. The report should clearly<br />

outline how all procurements will be carried out (preparatory and main contracts) and<br />

provide a recommendation on the contract option best suited for the main works, etc.<br />

(n) Compile and issue Pre-qualification Questionnaire. Include for full participation in the<br />

assessment of completed questionnaires returned by potential tenderers (see 3.1.5<br />

b).<br />

(o) Present final design to DCC/NITB/BHP and participate in a wider public consultation<br />

exercise e.g. preparation of display boards, illustrated Powerpoint presentations,<br />

attendance at public/client meetings, media interviews, contribute to press releases,<br />

etc<br />

(p) Prepare and submit a Stage FP Report to DCC/NITB/BHP. Report in minimum A3<br />

format and to collate and integrate design development up to Final Design stage. The<br />

report should include:<br />

Background to the project (executive summary)<br />

Summarise <strong>Project</strong> Brief<br />

Outcomes and conclusions of any survey/exploratory/testing works.<br />

Final drawings for each building/monument/structure by each individual design<br />

discipline in plan (1:100 scale), section (1:50 scale), elevation (1:100 scale) and<br />

3D if requested.<br />

Final specifications outlining key performance design criteria for the proposed<br />

facility by individual design disciplines.<br />

Updated master programme<br />

Updates cost plan including whole-life costs. A total, all encompassing cost for<br />

each individual site is to be identified including all capital works for new/enhanced<br />

infrastructure, design fees, surveys and studies, supervision, statutory fees and<br />

charges, utility/service diversions and/or provision, any client capital costs,<br />

contingency sums, etc.<br />

3.1.5 Scope of design team input to Production Information, Stage (PI & TD<br />

Stage)<br />

(a) Develop design, drawings and specifications in sufficient detail to produce tender<br />

documentations, taking on board any revision arising out of the client team and public<br />

consultation exercise.<br />

(b) Assess responses to Prequalification Questionnaire in conjunction with DCC/NITB<br />

and compile a select list of competent, expert and experienced Contractors.<br />

16


____________________________________________________________________<br />

(c) Update master programme as necessary<br />

(d) Update cost plan<br />

3.1.6 Scope of design team input to Tender Documentation and Tender Action<br />

Stage (TD & TA Stage)<br />

(a) Develop quality criteria for tender assessment in conjunction with DCC/NITB.<br />

(b) Set clear and unambiguous instruction in tender documentation regarding proposals<br />

for sub-contracting any element of the works and on the selection of lighting<br />

equipment.<br />

(c) Ensure that tender documentation complies fully with the „Public Contract<br />

Regulations‟ and the criteria/process for assessing equivalence is clearly set out in<br />

document.<br />

(d) Produce and issue a comprehensive set of tender documents, including CDM Regs<br />

information, including full Works Information package as required under NEC<br />

conditions of contract.<br />

(e) Assist with compilation of tender advertisements.<br />

(f) Update master programme as necessary<br />

(g) Present final pre-tender cost plan<br />

(h) Organise and participate in the assessment and checking of tender returns in<br />

conjunction with DCC/NITB/CPD.<br />

(i) Assess and check the design element of the preferred tenderer‟s design,<br />

specification, methodology, etc to ensure that it complies with all aspects of the<br />

tender documentation, client team‟s requirements and instructions and any<br />

obligations set out in the planning permission.<br />

(j) Organise and participate in clarification interviews with tenderers if required.<br />

(k) Prepare detailed tender report and make recommendation for contractor selection.<br />

3.1.7 Scope of design team input to Mobilisation, Construction and<br />

Completion Stage (TD & TA Stage)<br />

(a) Compile two sets of formal contract documents for signing by client team and<br />

successful tenderer.<br />

(b) Examine and approve any shop/working drawings or other construction information<br />

produced by the Contractor or sub-contractors.<br />

17


____________________________________________________________________<br />

(c) Examine, assess the equivalence of and approve any alternative<br />

equipment/materials proposed by the Contractor, or sub-contractors. Ensure this<br />

process is undertaken in strict compliance with the „Public Contract Regulations‟.<br />

(d) Coordinate and manage the inspection, supervision and approval of the works<br />

between the Clerk of Works/Supervisor (NEC) and the various disciplines within the<br />

design team.<br />

(e) Organise lighting trials for the benefit of DCC/NITB/BHP.<br />

(f) Ensure compliance of all parties with CDM regulations.<br />

(g) Coordinate and manage regular site progress and technical meetings between client<br />

team, design team, contractor and sub-contractors and any other third parties i.e.<br />

adjacent land owners, service authorities, etc.<br />

(h) Undertake all contract administration duties and measure/certify the value of the<br />

works completed satisfactorily on a monthly basis.<br />

(i) Coordinate, manage and witness the testing and commissioning of the works<br />

between the Clerk of Works/supervisor and the various disciplines within the design<br />

team.<br />

(j) Coordinate and management training and demonstration of the works to DCC/BHP<br />

and any other interested parties.<br />

(k) Undertake thorough inspection of „completed‟ works and compile any defect lists.<br />

Oversee timely completion/rectification of any defects.<br />

(l) On completion of the works receive, inspect and approve a full set of „as built‟ record<br />

information of the works including drawings, operating instructions and maintenance<br />

manuals. Compile a separate document for each building/monument/structure.<br />

(m) Coordinate and management a post completion contract review procedure, including<br />

KPI‟s.<br />

18


____________________________________________________________________<br />

3.2 Summary Programme<br />

3.2.1 The following are indicative key project programme dates (except for date for<br />

completion of site works which is absolute) compiled by the client team. It should be<br />

noted that tenderers are obliged to compile their own Gnatt programme. The<br />

completion date for all the installation and commissioning works must be by 31<br />

March 2012.<br />

TASK<br />

DATE<br />

Design team appointment Late June 2011<br />

Issue tenders Mid October 2011<br />

Return of tenders Mid November 2011<br />

Commencement of site works Start of January 2012<br />

Completion of site works 31 March 2012<br />

19


____________________________________________________________________<br />

Part 4<br />

Instructions to Tenderers<br />

20


____________________________________________________________________<br />

4.1 Invitation to Submit Tenders<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> invites tenders from suitably experienced Electrical Consultant<br />

Engineer led multi-disciplinary teams of Specialist Consultants to carry out a phased<br />

programme of work leading to the implementation of flood lighting designs for the a<br />

range of historic buildings, moments and structures within the city.<br />

The Lead Consultant for each tendering team is required to complete all of Parts 5, 6,<br />

7, and 9 of this document. Where relevant, the Lead Consultant is also required to<br />

collate information gathered from their proposed <strong>Project</strong> Team.<br />

The information provided will be assessed by <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> under the evaluation<br />

criteria outlined in Part 8 of this document to establish how the multi-disciplinary<br />

teams have responded to the brief. Details submitted shall be used in the evaluation<br />

process together with fee proposal, information obtained during interview, etc.<br />

The questions may be transferred to a word processor to facilitate a written<br />

response.<br />

During the evaluation process, should further clarification be required on any<br />

information provided by the tenders, failure to respond to any such request within a<br />

specified time-limit may invalidate a received tender.<br />

4.2 Explanation of Documents/Queries during the Tender Period/Registration of<br />

Intent to Tender.<br />

It is the responsibility of prospective tenderers to obtain for themselves at their own<br />

expense any additional information necessary for the preparation of their tender.<br />

Tenderers are advised to ensure that they are fully familiar with the nature and extent<br />

of the obligations to be accepted by them if their application is accepted, including<br />

<strong>Council</strong>‟s Standing Orders, a copy of which may be seen by arrangement.<br />

Should any tenderer be in doubt as to the interpretation of any part of the tender<br />

documents, the <strong>City</strong> Engineer shall endeavour to answer written enquiries. All<br />

queries must be submitted in writing to arrive with the Head of Design &<br />

<strong>Project</strong> Management Mr Francis Morrison not later than Friday 27 May 2011 by<br />

post or email to:<br />

Head of Design & <strong>Project</strong> Management<br />

<strong>City</strong> Engineer‟s Department<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong><br />

<strong>Council</strong> Offices<br />

98 Strand Road<br />

DERRY<br />

Northern Ireland<br />

BT48 7NN.<br />

Email: francis.morrison@derrycity.gov.uk<br />

21


____________________________________________________________________<br />

All copies of written queries received, together with written replies will be sent to all<br />

tenderers not later than three calendar days before the date of return of tenders, i.e.<br />

Tuesday 31 May 2011. If possible, all responses will also be posted on <strong>Council</strong>‟s<br />

website as detailed below:<br />

http://www.derrycity.gov.uk/Tenders/index.htm<br />

In order to ensure receipt of written replies, all prospective tenderers are therefore<br />

requested to register their intent to tender in writing to the Head of Design & <strong>Project</strong><br />

Management Mr Francis Morrison by post, or email (i.e.<br />

francis.morrison@derrycity.gov.uk), not later than Friday 20 May 2011, including<br />

full contact details and indicating tenders will be submitted.<br />

No representation, explanation or statement made to a tenderer, or anyone else, by<br />

or on behalf of the <strong>Council</strong>, as to the meaning of any of the tender documents, or<br />

otherwise in clarification as aforesaid, shall bind the <strong>Council</strong> in exercise of its power<br />

and duties under any subsequent contract(s).<br />

4.3 Accuracy of Tender / Information to be provided<br />

Tenders must be submitted for the supply of all services, outlined in the brief, within<br />

the Form of Tender. Tenders submitted comprising part-teams and/or part services<br />

only will be rejected. Tenderers must price separately for all items as indicated in the<br />

Form of Tender. <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> may reject any tender that is not priced<br />

accordingly.<br />

4.4 Submission of Tender Documents<br />

The tender shall be made on the Form of Tender(s) provided (refer to Part 7). All<br />

contract documents, together with these instructions, this tender document and<br />

completed Form of Tender(s) should be forwarded, by registered post or delivered by<br />

hand and a receipt obtained to:<br />

Tender – ‘Specialist Consultancy Services – <strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> <strong>Project</strong>’<br />

Mr John Meehan<br />

Acting Town Clerk & Chief Executive<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong><br />

<strong>Council</strong> Offices<br />

98 Strand Road<br />

<strong>Derry</strong> BT48 7NN<br />

So as to arrive no later than 12.00 noon on Friday 3 June 2011<br />

No UNAUTHORISED alteration or addition should be made to any Tender Form(s) or<br />

to any other of the Contract Documents.<br />

IF ANY SUCH ALTERATION OR ADDITION IS MADE OR IF THESE<br />

INSTRUCTIONS ARE NOT FULLY COMPLIED WITH THE TENDER MAY BE<br />

REJECTED.<br />

22


____________________________________________________________________<br />

All documents requiring a signature shall be signed:<br />

(a)<br />

(b)<br />

(c)<br />

Where the lead consultant is an individual, by that individual<br />

Where the lead consultant is a partnership by the two duly<br />

authorised partners<br />

Where the lead consultant is a company, such persons being duly<br />

authorised for that purpose.<br />

Returned documents shall be submitted strictly in accordance with the tender<br />

documents.<br />

Failure to complete any part of the documents may incur rejection of the tender.<br />

Tenderers must ensure that all requested documentation is returned with the<br />

completed tender.<br />

No name or mark, including any franking machine slogan, is to be placed on the<br />

envelope to indicate in any way the identity of the sender.<br />

Tenderers or any representatives thereof will not be permitted to be present when the<br />

tenders are opened.<br />

All prices should be quoted in pounds sterling and shall be exclusive of VAT.<br />

4.5 Fee Basis of the Tender<br />

The fee quoted in the tender pricing section shall remain fixed for the duration of<br />

each proposed project phase.<br />

4.6 Period of Acceptance<br />

The tenderer is required to hold his tender open for acceptance for a period of twelve<br />

calendar months from the closing date for the submission of tenders.<br />

4.7 Tender Evaluation<br />

Evaluation/Award Criteria are outlined in Part 8 of this document.<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> is not required to accept the lowest or any tender and may wish to<br />

award the contract as a whole, or individual aspect/s, depending on the strength of<br />

the successful team.<br />

4.8 Identification of omissions<br />

The information given in these Instructions for Tenderers is given in good faith for the<br />

guidance of Tenderers, but if there are any inaccuracies or omissions <strong>Derry</strong> <strong>City</strong><br />

<strong>Council</strong> accept no liability and request the lead consultant to identify these as early<br />

as possible.<br />

23


____________________________________________________________________<br />

4.9 Pre-Selection Interviews/Presentations<br />

Tenderers are put on notice that they may be required to attend the <strong>Council</strong> Offices,<br />

98 Strand Road, <strong>Derry</strong>, for procedural and technical presentations and/or interviews<br />

during the process of tender evaluation at no charge to <strong>Council</strong>.<br />

Interviews are provisionally scheduled for Monday 13 June 2011. Proposed key<br />

team personnel shall be required to attend including the Lead Consultant and a<br />

representative of each of the specialism within the project team.<br />

4.10 Contract Commencement Date<br />

It is envisaged that appointment of the Design Team will be made at the end of June<br />

2011, but appointment may be delayed beyond this date. <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> will<br />

endeavour to achieve this timescale but cannot guarantee this commencement date<br />

and cannot accept any liability if this contract date is not achieved. The consultant<br />

should be prepared to defer the start date as necessary.<br />

4.11 Questions/Visits to Site<br />

All buildings/monuments/structures my viewed externally without request. requests<br />

appointments to visit the site or other communications regarding this tender must in<br />

the first instance be made in writing to the Head of Design & <strong>Project</strong> Management,<br />

<strong>City</strong> engineer‟s Department, <strong>Derry</strong> <strong>City</strong> <strong>Council</strong><br />

4.12 Late Submissions<br />

Tenders submitted after the closing date and time of 12.00 noon on Friday 3 June<br />

2011will not be accepted irrespective of the circumstances.<br />

4.13 Expenses and Losses/ Preparation of Tender<br />

The <strong>Council</strong> shall not be responsible for, or pay for, any expenses or losses that may<br />

be incurred by any tenderer in preparing their tender proposals.<br />

It is the responsibility of prospective tenderers to obtain for themselves, at their own<br />

expense, any additional information necessary for the preparation of their tenders.<br />

4.14 Confidentiality<br />

All information supplied by the <strong>Council</strong> in connection with this invitation to tender<br />

shall be treated as confidential by prospective tenderers, except that such<br />

information may be disclosed so far as is necessary for the purpose of obtaining<br />

sureties, guarantees and quotations necessary for the preparation and submission of<br />

the tender.<br />

24


____________________________________________________________________<br />

4.15 Ownership of Tender Documents<br />

These documents are, and shall remain, the property of the <strong>Council</strong> and shall be<br />

returned with the tender. If no tender is to be submitted, the documents shall be<br />

returned pursuant to the <strong>Council</strong>‟s Invitation to Tender.<br />

4.16 Insurances<br />

The Supplier shall effect and maintain insurance necessary to cover their liabilities<br />

under this Contract, vis:<br />

Public Liability (Minimum £10m)<br />

Employers liability (Minimum £10m)<br />

Professional Indemnity (Min £5m)<br />

4.17 Format of Tenders<br />

Those interested in tendering for this project should submit a tender document<br />

comprising of the information requested in Parts 5, 6, 7 and 9 of this document.<br />

4.18 Termination<br />

Either Party may terminate the Consultant’s obligation to Provide the Services by<br />

notifying the other Party if the other Party has done one of the following or its<br />

equivalent.<br />

If the other Party is an individual and has<br />

presented his petition for bankruptcy,<br />

had a bankruptcy order made against him,<br />

had a receiver appointed over his assets or<br />

made an arrangement with his creditors<br />

If the other Party is a company or partnership and has<br />

had a winding-up order made against it,<br />

had a provisional liquidator appointed to it,<br />

passed a resolution for winding appointed to it,<br />

passed a resolution for winding-up (other than in order to amalgamate or<br />

reconstruct),<br />

had an administrator order made against it,<br />

had a receiver, receiver and manger, or administrative receiver appointed<br />

over the whole or a substantial part of its undertaking or assets or<br />

made an arrangement with its creditors.<br />

25


____________________________________________________________________<br />

The Employer may terminate the Consultant’s obligation to Provide the Services by<br />

notifying the Consultant if<br />

the Employer no longer requires the services or<br />

the Consultant has substantially failed to comply with his obligations and has<br />

not put, or cannot put, the default right within four weeks of a notification by<br />

the Employer<br />

The Employer may terminate the Consultant’s obligation to Provide the Services by<br />

notifying the Consultant if any event occurs which<br />

stops the Consultant completing the services or<br />

stops the Consultant completing the services by the date shown on the<br />

Accepted Programme and is forecast to delay Completion by more than 13<br />

weeks,<br />

and which<br />

neither Party could prevent and<br />

an experienced consultant would have judged at the Contract Date to have<br />

such a small chance of occurring that it would have been unreasonable for<br />

him to have allowed for it.<br />

Procedures on termination<br />

On termination<br />

the Consultant does no further work necessary to Provide the Services,<br />

the Employer may complete the services and may use any material to which<br />

he has title,<br />

the Employer may require the Consultant to assign the benefit of any<br />

subconsultancy or other contract related to performance of this contract to the<br />

Employer and<br />

the Parties continue to comply with the constraints and obligations in this<br />

contract on<br />

the use of material prepared or obtained by the Consultant and<br />

publicising the services.<br />

After the final payment has been made, the Consultant gives the Employer<br />

information resulting from work carried out to date and information the Consultant has<br />

obtained which he has a responsibility to provide under this contract.<br />

Payment on termination<br />

A final payment is made as soon as possible after termination. The amount due on<br />

termination includes<br />

an amount due assessed as for normal payments and<br />

other costs reasonably incurred by the Consultant in expectation of<br />

completing the whole of the services and to which Consultant is committed.<br />

If the Employer terminates because of the<br />

26


____________________________________________________________________<br />

insolvency of the Consultant or<br />

substantial failure of the Consultant to comply with his obligations,<br />

the amount due on termination includes a deduction of the forecast of the additional<br />

cost to the Employer of completing the whole of the services.<br />

Please provide three copies of your tender submission for tender panel review<br />

purposes.<br />

27


____________________________________________________________________<br />

Part 5<br />

Lead Consultant<br />

Practice Information<br />

28


____________________________________________________________________<br />

This part of the tender document is to be completed by the Lead Consultant only.<br />

5.1 Contact details<br />

Practice<br />

Address<br />

Postcode<br />

Tel no.<br />

Fax no.<br />

Email<br />

Website<br />

5.2 Status and formation/registration<br />

Please indicate practice/company status (tick as appropriate)<br />

Sole trader<br />

Private Ltd/Company<br />

Public Ltd/Company<br />

Partnership<br />

Government body<br />

Other (please specify)<br />

Formation/registration.<br />

Formation / Registration<br />

Date<br />

Company Registration No<br />

29


____________________________________________________________________<br />

5.3 Partners/Directors; staff and main contact details<br />

Provide details of all partners/directors and key personnel in the practice and their<br />

qualifications/professional membership/experience relevant to this brief. Please also<br />

indicate who will be directly involved in this project at the various stages.<br />

Name<br />

Qualifications/professional<br />

memberships/<br />

relevant experience<br />

Length of<br />

service<br />

Direct<br />

involvement<br />

in Brandywell<br />

project?<br />

Please provide details of number and type of staff<br />

Type of staff<br />

Number currently employed<br />

Please name a sole point of contact within your company who will be responsible for<br />

this project.<br />

Name<br />

Address<br />

Postcode<br />

Position<br />

Tel no.<br />

Mobile<br />

Email<br />

30


____________________________________________________________________<br />

5.4 Financial Details<br />

Who is the person responsible for financial matters in your practice?<br />

Name<br />

Address<br />

Postcode<br />

Position<br />

Tel no.<br />

Mobile<br />

Email<br />

Please indicate the annual turnover for the practice for each of the last three financial<br />

years.<br />

Financial Year Financial Year End Date Total turnover<br />

2009/10<br />

2008/9<br />

2007/8<br />

Provide confirmation that neither the Lead Consultant, nor any member of the Design<br />

Team, has been subject to a winding up, or other insolvency proceedings, whether<br />

voluntary or by creditors, or has had a receiver or administrator appointed to it‟s<br />

undertaking or any part, or entered into any form or arrangement with creditors.<br />

Neither this company nor any member of our Design Team has been subject to a<br />

winding up, or other insolvency proceedings, as detailed above:<br />

Signed ………………………………………………………………<br />

Position…………………………………………………<br />

(Tenderers who do not sign the above declaration will be excluded)<br />

Provide name and address of Company‟s Bankers and a letter of good financial<br />

standing from the Company‟s bankers.<br />

5.5 Insurances<br />

Please provide details of all insurances held by the practice. Photocopied evidence<br />

should be supplied with your submission. Should the required levels of cover not be<br />

in place, evidence that the required levels can be obtained should be provided.<br />

31


____________________________________________________________________<br />

Insurance type Value Expires<br />

Public Liability<br />

(Minimum £10m)<br />

Employers liability<br />

(Minimum £10m)<br />

Professional<br />

Indemnity (Min £5m)<br />

Specialist/Other<br />

Provide details of any current or past insurance claims or litigation associated with<br />

your practice in the last 5 years.<br />

5.6 Health & Safety<br />

Provide a copy of your Company‟s current Health and Safety Policy and details of<br />

any in-house or externally certified Health and Safety Management System operated<br />

by the company including the person responsible and registration details.<br />

System<br />

Registration No<br />

Date of Registration<br />

Person Responsible<br />

Address<br />

Postcode<br />

Position<br />

Tel no.<br />

Email<br />

Provide details of any accidents/incidents reported by your organisation to the HSE<br />

within the past five years.<br />

32


____________________________________________________________________<br />

Have any formal notices (improvements or prohibitions) or legal proceedings been<br />

issued against your organisation by the HSE in the last five years, if so please<br />

provide details?<br />

5.7 Quality Management Systems<br />

Provide details of any in-house or externally certified Quality Management System<br />

operated by the company including person responsible and registration details.<br />

System<br />

Registration No<br />

Date of Registration<br />

Person Responsible<br />

Address<br />

Postcode<br />

Position<br />

Tel no.<br />

Email<br />

5.8 Environmental Management Systems<br />

Provide details of any in-house or externally certified Environmental Management<br />

System operated by the company including person responsible and registration<br />

details.<br />

System<br />

Registration No<br />

Date of Registration<br />

Person Responsible<br />

Address<br />

Postcode<br />

Position<br />

Tel no.<br />

Email<br />

33


____________________________________________________________________<br />

5.9 Fair Employment / Equal Opportunities<br />

Does your company comply with or undertake to comply fully with legislation in<br />

Northern Ireland on:<br />

(a)<br />

Fair Employment<br />

YES<br />

NO<br />

Please enclose details of your firm‟s policy and procedures in respect of Fair<br />

Employment.<br />

(b)<br />

Equal Opportunities<br />

YES<br />

NO<br />

Please enclose details of your firm‟s policy and procedures in respect of Equal<br />

Opportunities.<br />

(c) Section 75<br />

YES<br />

NO<br />

Please enclose details of your firm‟s policy and procedures in respect of Section 75.<br />

5.10 Membership of Professional Bodies<br />

Provide details of any Professional Bodies of which the Practice is a member.<br />

Professional Body<br />

Membership Details and Registration No<br />

34


____________________________________________________________________<br />

Part 6<br />

<strong>Project</strong> Team Information<br />

35


____________________________________________________________________<br />

6.1 Instructions for completion of Part 6<br />

Tenders will be assessed in two stages.<br />

6.2 Stage 1 - Experience and Expertise Assessment<br />

Stage 1 of the assessment process will be an examination of the experience and<br />

expertise of the Lead Consultant, <strong>Lighting</strong> Designer and <strong>Project</strong> Team. Scoring<br />

criteria is used with an indicated total minimum score to be achieved by each of the<br />

Lead Consultant, <strong>Lighting</strong> Designer and <strong>Project</strong> Team. Failure to meet the<br />

minimum score in any area results in the tender package (quality/cost<br />

elements) not being scored and therefore the submission is not considered<br />

further.<br />

Maximum<br />

Achievable Score<br />

Minimum total<br />

Mandatory Score<br />

Relevant Experience and Expertise of Lead Consultant (see 6.3) 30 18<br />

Relevant Experience and Expertise of <strong>Lighting</strong> Designer (see 6.4) 30 18<br />

Relevant Experience and Expertise of <strong>Project</strong> Team (see 6.5) 40 24<br />

TOTAL 100 marks 60 marks<br />

Scores achieved at qualification stage (i.e. Stage 1) by those meeting the<br />

minimum requirements are not considered further in the quality assessment.<br />

Tenders that pass Stage 1 will then pass to Stage 2. The Stage 2 submission will be<br />

assessed on the basis of both Quality (70%) and Cost (30%). The Quality<br />

assessment will be based on the information provided in Parts 6.6<br />

The Lead Consultant should provide all information requested in 6.3 relating to their<br />

own individual experience and expertise, assemble a multidisciplinary team and<br />

ensure the lighting designers and each of the other team members provides all<br />

relevant information as requested in 6.4 & 6.5 respectively. The Lead Consultant is<br />

also required to prepare a detailed methodology and project programme as<br />

requested in 6.6 (i.e. the quality assessment).<br />

All information must be supplied within the templates provided, <strong>Project</strong> Team<br />

CVs/company profiles provided as supplementary information will not be<br />

assessed.<br />

It is the responsibility of the Lead Consultant to verify the professional and technical<br />

ability of all <strong>Project</strong> team members involved. The Lead Consultant shall ensure that<br />

<strong>Project</strong> Team members possess and meet at a minimum all relevant:<br />

• Standards of knowledge, ability, expertise and experience required to<br />

carry out a project of this nature and complexity.<br />

• Qualifications and technical capacity requirements;<br />

• Personnel and staff resources with main point of contact identified;<br />

• Financial status;<br />

• Insurances;<br />

• Fair Employment/Equal Opportunities practices;<br />

• Health and Safety requirements.<br />

36


____________________________________________________________________<br />

6.3 Relevant Experience and Expertise of Lead Consultant 30%<br />

The Lead Consultant should provide details of three projects of a similar complexity<br />

and/or nature to that required for the <strong>Lighting</strong> <strong>Project</strong> (i.e. external lighting projects for<br />

historic and or prominent civic buildings, such as churches, castles, town halls, city<br />

walls, etc ) undertaken within the last 5 years for which they have acted as Lead<br />

Consultant.<br />

Please note that this section is about the experience of the individual that<br />

will lead the project and not the practice.<br />

6.3.1 <strong>Project</strong> Summary Sheets<br />

<strong>Project</strong> Summary Sheets should be provided on a maximum of two A4 pages per<br />

project and should include the following information (at minimum allowable font size<br />

of Arial 10);<br />

6.3.2 Experience and Expertise<br />

<strong>Project</strong> Name<br />

Client Name and Contact Details (who may be approached for a<br />

reference)<br />

Practice Involvement<br />

<strong>Project</strong> Description<br />

Images of illuminated buildings/monuments/structures<br />

Type of Contract and Duration<br />

Final Contract Sum and details of any overspend or programme<br />

overruns<br />

External Funding Bodies<br />

Grade listing of Buildings (i.e. A, B. etc)<br />

Key Practice staff involved<br />

Drawing on experience gained in the examples provided above the Lead Consultant<br />

should provide evidence of their individual experience in the following areas, by<br />

completing the template below.<br />

Practice Name:<br />

Name of Lead Consultant:<br />

Professional Qualifications:<br />

37


____________________________________________________________________<br />

Employment History:<br />

Experience in:<br />

Marks<br />

1. The <strong>Project</strong> Management of the design and implementation of lighting<br />

schemes to illuminate the exterior of historic and listed buildings/monuments/<br />

structures of similar scale and variety required for this project.<br />

30<br />

2. The <strong>Project</strong> Management of „Design & Build‟ projects, with particular reference<br />

to lighting schemes to illuminate the exterior of historic and listed<br />

buildings/monuments/structures of similar scale and variety required for this<br />

project.<br />

20<br />

2. Working with NIEA and Planning Service and other regulatory/statutory bodies<br />

in developing and getting approval of schemes for the exterior lighting of<br />

buildings/monuments/structures of similar scale and variety required for this<br />

project.<br />

20<br />

3. Working with Specialist <strong>Lighting</strong> Designers on similar projects. 10<br />

4. The preparation and implementation of <strong>Project</strong> Quality Plans for similar<br />

projects.<br />

10<br />

5. The preparation and implementation of Risk and Performance Management<br />

Strategies.<br />

10<br />

7. Using the NEC 3 suite of contracts including their use in Design & Build<br />

projects<br />

20<br />

8. Acting as Client Advisor on „Design & Build‟ projects, with particular reference<br />

to lighting schemes to illuminate the exterior of historic buildings/monuments<br />

/structures.<br />

20<br />

8. Working with proposed project team members on similar projects, please<br />

provide a matrix to illustrate your response demonstrating which disciplines have<br />

worked together on which projects.<br />

20<br />

9. The Lead Consultant must outline their ability to provide an ongoing interface<br />

with the <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> and Build Heritage Partnership at a local level and<br />

outline the management of the project on a day to day basis, including the<br />

construction phase of the works. How will they respond to short notice requests<br />

for construction information, site inspections, coordinating/approving site lighting<br />

trails/mock ups and attendance at technical meetings. Clarify staff resource<br />

commitment to site during construction phase of works.<br />

20<br />

38


____________________________________________________________________<br />

6.3.3 Resources, Workloads & Capability to Deliver<br />

Please provide evidence of the company‟s personnel resources and IT resources<br />

including current workload and the capability to deliver this project.<br />

20<br />

Total % = (Total Marks/200)*30<br />

39


____________________________________________________________________<br />

6.4 Relevant Experience and Expertise of Building <strong>Lighting</strong> Designer 30%<br />

The Building <strong>Lighting</strong> Designer should provide details of three projects of a similar<br />

complexity and/or nature to that required for the <strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> <strong>Project</strong> (i.e.<br />

external lighting projects for historic and/or prominent civic buildings/monuments/<br />

structures, such as churches, castles, town halls, city walls, bridges, etc) undertaken<br />

within the last 5 years for which they have acted as Building <strong>Lighting</strong> Designer. The<br />

individual shall be employed by a practice, or company, whose main function is the<br />

design of external building lighting schemes and not a lighting equipment<br />

manufacture, or supplier. Street lighting design shall not been deemed appropriate<br />

experience for the services required for this commission.<br />

Please note that this section is about the experience of the individual that<br />

will lead the project and not the practice.<br />

6.4.1 <strong>Project</strong> Summary Sheets<br />

<strong>Project</strong> Summary Sheets should be provided on a maximum of two A4 pages per<br />

project and should include the following information (at minimum allowable font size<br />

of Arial 10);<br />

<strong>Project</strong> Name<br />

Client Name and Contact Details (who may be approached for a<br />

reference)<br />

Practice Involvement<br />

<strong>Project</strong> Description<br />

Images of illuminated buildings/monuments/structures<br />

Type of Contract and Duration<br />

Final Contract Sum and details of any overspend or programme<br />

overruns<br />

External Funding Bodies<br />

Grade listing of Buildings (i.e. A, B. etc)<br />

Key Practice staff involved<br />

6.4.2 Experience and Expertise<br />

Drawing on experience gained in the examples provided above the Lead Consultant<br />

should provide evidence of their individual experience in the following areas, by<br />

completing the template below.<br />

Practice Name:<br />

Name of Lead Consultant:<br />

Professional Qualifications:<br />

40


____________________________________________________________________<br />

Employment History:<br />

Experience in:<br />

Marks<br />

1. The design and implementation of lighting schemes to illuminate the exterior<br />

of prominent historic and listed buildings/monuments/structures of similar scale<br />

30<br />

and variety required for this project.<br />

.<br />

2. Preparing Energy Efficient, Low Carbon, Sustainable designs to illuminate the<br />

exterior of prominent historic and listed buildings/monuments/structures of<br />

similar scale and variety required for this project. 15<br />

3. Undertaking trail lighting schemes to inform design and option selection.<br />

10<br />

4. Working with NIEA and Planning Service and other regulatory/statutory bodies<br />

in developing and getting approval of schemes for the exterior lighting of<br />

buildings/monuments/structures of similar scale and variety required for this<br />

project.<br />

15<br />

5. Working with electrical consulting engineers and conservation architects on<br />

similar projects.<br />

10<br />

6. The <strong>Lighting</strong> Designer must outline their ability to provide an ongoing interface<br />

with the Lead Consultant, Design Team, <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> and Build Heritage<br />

Partners at a local level and outline their proposals for on site management of<br />

their aspects of the project during the construction phase of the works. How will<br />

they respond to short notice requests for construction information, site<br />

inspections, coordinating/approving site lighting trails/mock ups and attendance<br />

at technical meetings. Clarify staff resource commitment to site during<br />

construction phase of works.<br />

20<br />

6.4.3 Resources, Workloads & Capability to Deliver<br />

Please provide evidence of the company‟s personnel resources and IT resources<br />

including current workload and the capability to deliver this project. Particular<br />

evidence to be given of lighting imaging software.<br />

20<br />

Total % = (Total Marks/120)*30<br />

41


____________________________________________________________________<br />

6.5 Relevant Experience and Expertise of <strong>Project</strong> Team 40%<br />

The Lead Consultant shall assemble, co-ordinate and lead a multidisciplinary team of<br />

Specialist Consultants.<br />

6.5.1 <strong>Project</strong> Team Structure 30 marks<br />

A proposed <strong>Project</strong> Team structure should be submitted which clearly identifies and<br />

details the duties and responsibilities of key persons and lines of communication<br />

across all disciplines within the project team.<br />

6.5.2 <strong>Project</strong> Summary Sheets<br />

The Lead Consultant shall ensure that each member of the project team provides<br />

details of three projects undertaken within the last 5 years of a similar complexity<br />

and/or nature to that required for design of flood lighting for the exterior of historic<br />

buildings for which the members have provided professional services.<br />

<strong>Project</strong> summary sheets should be provided on a maximum of two A4 pages per<br />

project and should include the following information (at minimum allowable font size<br />

of Arial 10);<br />

<strong>Project</strong> Name<br />

Client Name and Contact Details (who may be approached for a<br />

reference)<br />

Practice Involvement<br />

<strong>Project</strong> Description<br />

Images of illuminated buildings<br />

Type of Contract and Duration<br />

Final Contract Sum and details of any overspend<br />

External Funding Bodies<br />

Key Practice staff involved<br />

6.5.3 Experience and Expertise<br />

Drawing on experience gained in the examples provided above the key project<br />

individual within each discipline should provide evidence of their experience<br />

where relevant in the following areas, by completing the appropriate sections of the<br />

template below.<br />

<strong>Project</strong> Team Discipline:<br />

Only complete where relevant to each discipline.<br />

Name of Company/Practice:<br />

Name of Key Person:<br />

42


____________________________________________________________________<br />

Professional Qualifications:<br />

Employment History:<br />

Experience in (complete sections relevant to particular discipline):<br />

Marks<br />

1. The design and construction of lighting systems to illuminate the exterior of<br />

historic and listed buildings/monuments/ structures of similar scale and variety<br />

required for this project.<br />

30<br />

To be completed by Electrical Consultant, Conservation Architect,<br />

Civil/Structural Engineer<br />

2. The design of a safe means of ingress and egress for maintenance of<br />

electrical equipment.<br />

To be completed by Electrical Engineer, Conservation Architect,<br />

Civil/Structural Engineer<br />

3. Providing cost information on lighting designs and tender documentation for<br />

same, with particular reference to experience in the illumination of the exterior of<br />

historic and listed buildings/monuments/ structures of similar scale and variety<br />

required for this project.<br />

15<br />

20<br />

To be completed by Quantity Surveyor / Cost Consultant<br />

4. Providing cost information on „Design & Build‟ lighting projects, with particular<br />

reference to cost management during the construction phase of the works.<br />

20<br />

To be completed by Quantity Surveyor / Cost Consultant<br />

5. Working with NIEA and Planning Service and other regulatory/statutory bodies<br />

in developing and getting approval of schemes for the exterior lighting of<br />

buildings/monuments/structures of similar scale and variety required for this<br />

project.<br />

15<br />

To be completed by design team member responsible for obtaining<br />

planning approval of works e.g. planning consultant<br />

6. Preparing Energy Efficient, Low Carbon, Low Maintenance, Sustainable<br />

designs to illuminate the exterior of historic and listed buildings/monuments/<br />

structures of similar scale and variety required for this project.<br />

30<br />

To be completed by Electrical Engineer<br />

7. Acting as Client Advisor of on „Design & Build‟ projects, including compiling<br />

exemplar designs/specifications/tender documentation, approving Contractor‟s<br />

detailed designs and supervision of the works during the construction phase of<br />

the project.<br />

20<br />

To be completed by Electrical Engineer, Conservation Architect, Quantity<br />

Surveyor / Cost Consultant, Civil/Structural Engineer<br />

43


____________________________________________________________________<br />

8. Acting as the CDM Coordinator with particular reference to experience in the<br />

illumination of the exterior of buildings/monuments/ structures of similar scale<br />

and variety required for this project, or installation of electrical plant about the<br />

exterior of buildings.<br />

20<br />

To be completed by Quantity Surveyor / Cost Consultant<br />

6.5.4 Resources, Workloads & Capability to Deliver<br />

Please provide evidence of the company‟s personnel resources and IT resources<br />

including current workload and the capability to deliver this project.<br />

.<br />

To be completed by All Disciplines 10<br />

Total % = (Total Marks/210)*40<br />

44


____________________________________________________________________<br />

6.6 Stage 2 - Quality Assessment 70%<br />

To be completed by Lead Consultant only<br />

6.6.1 Methodology 60%<br />

Please provide a detailed methodology for the delivery of the project outlining how<br />

the team proposes to manage and carry the project forward making specific<br />

reference to the following<br />

Available Marks<br />

1) Understanding of the brief 10<br />

2) Establishing key stakeholders and consulting with same 10<br />

3) Identify key challenges of this project including, design, cost,<br />

programme, site specific issues and how you will manage them 10<br />

4) Overall project methodology 30<br />

5) Risk management 10<br />

6) Change management 10<br />

7) Cost management 10<br />

8) H&S management- design phase 10<br />

9) Proposed project programme and programme management 10<br />

10) Procurement strategy 10<br />

11) Contract administration 10<br />

12) Site Supervision 10<br />

13) H&S management- construction phase 10<br />

Total Available Marks = 150<br />

Total % Quality Score= (Total Marks/150)*70<br />

Any additional work which the Team considers necessary for the completion of the<br />

project should be highlighted within the above methodology and included within the<br />

Fee Proposal in Part 7<br />

6.6.2 Programme 10%<br />

Please provide a detailed project programme outlining the various stages in the<br />

process and key milestones for the delivery of the project, including the following<br />

minimum number of stages:<br />

1) Appraisal & Strategic Briefing<br />

2) Prequalification of Contractors<br />

3) Outline Proposals<br />

4) Detailed Proposals<br />

5) Detailed Design<br />

6) Final Design<br />

7) Production Information<br />

8) Tender Documentation<br />

9) Tender Period<br />

10) Tender Assessment<br />

11) <strong>Council</strong> Approvals*<br />

12) Contractor Mobilisation<br />

13) Production and Approval of Contractors Design Development<br />

45


____________________________________________________________________<br />

14) Contract Period<br />

15) Snagging<br />

16) Commissioning, Training and Handover<br />

17) Compilation of CDM H&S File<br />

*An item will have to be approved by both the <strong>Council</strong>‟s Environmental Services<br />

Committee and Full <strong>Council</strong> before a Contractor can be appointed. ES Committee<br />

meets on the first Tuesday of each month and Full <strong>Council</strong> on the last Thursday of<br />

each Month. To submit an item to ES committee, a draft version of the item must be<br />

with the <strong>City</strong> Engineer three Fridays before the next ES Committee date.<br />

46


____________________________________________________________________<br />

Part 7<br />

Fee Proposal<br />

Form of Agreement<br />

Form of Tender<br />

47


____________________________________________________________________<br />

7.1 Stage 2 - Fee Proposal<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> wish to appoint an Electrical Consultant Engineer as Lead<br />

Consultant who shall assemble, co-ordinate and lead a multi-disciplinary team of<br />

specialist consultants to carry forward the Design and implementation of the <strong>Walled</strong><br />

<strong>City</strong> <strong>Lighting</strong> <strong>Project</strong>.<br />

Tenderers are requested to provide a fee proposal to undertake each stage of the<br />

works as outlined in Part 3 to completion. For the purposes of this tender, the<br />

estimated construction cost for the proposed works will be £1,200,000.00 (ex. VAT).<br />

The fee used for tender cost comparison will be based on a percentage fee for the<br />

whole team of the estimated construction cost (i.e. £1.2M ex VAT) along with a<br />

breakdown of the percentage fee for each discipline of the design team for the<br />

various ACE Stages inclusive of all costs and expenses. This fee sum will be used<br />

for tender assessment purposes only, in conjunction with a design fee contingency<br />

sum and supervision fee detailed below. See also below for how actual fees will be<br />

paid to the appointed design team.<br />

The actual fees paid to the design team once appointed will be based on a<br />

percentage fee for the whole team of the final outturn cost of the completed project<br />

along with a breakdown of the percentage fee for each discipline of the design team<br />

for the various ACE Stages inclusive of all costs and expenses. Interim fees for<br />

Stages A, SB, OP & DP will be a percentage of the above estimated construction<br />

cost. Interim fees for Stages FP, PI, TD & TA will be a percentage of the Stage PI<br />

cost estimate. The fee for the remaining ACE Stages will be based on a percentage<br />

of the final outturn cost of the completed project less the interim fees for the<br />

preceding stages.<br />

Hourly rates for key staff within each discipline of the team shall be provided which<br />

will be extended against a contingency time allowance for each discipline and staff<br />

grade to arrive at a design contingency sum which will be added to the above fee<br />

sums (refer to Table 2). The rates quoted are to remain fixed for the duration of each<br />

phase. The fee for Site Supervision/Clerk of Works will be on a similar time based<br />

approach (refer to bottom of Table 1).<br />

Tenderers should include the following disciplines within their proposal as a minimum<br />

and highlight any additional service or cost that they feel will be required to<br />

completed this assignment and price accordingly.<br />

Electrical Consultant Engineer as Lead Consultant<br />

Specialist Building <strong>Lighting</strong> Designer<br />

Civil/Structural Engineer<br />

Conservation Architect<br />

Quantity Surveyor/Cost Consultant<br />

Planning Consultant<br />

CDM Co-ordinator<br />

Site Supervisor / Clerk of Works<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> will make the initial and any subsequent appointment subject to<br />

the availability of funding.<br />

Any omissions or gaps in this brief should be identified and priced as necessary by<br />

the Lead Consultant in their tender submission.<br />

48


____________________________________________________________________<br />

7.2 Standard Agreement for the Appointment of an Architect<br />

The Lead Electrical Consultant will be engaged under the Association for Consulting<br />

and Engineering ACE Agreement 1: Design 2009 Edition incorporating June 2009<br />

amendments including the full range of services (i.e. G1 & G2) and other services<br />

(i.e. all G3 & G4) as set out in ACE Schedule of Services Part G (b) Lead Consultant<br />

- Design.<br />

The Lead Consultant will be the Client‟s main and single point of contact with the<br />

<strong>Project</strong> Team<br />

The Lead Consultant will be responsible for the appointment and remuneration of the<br />

other disciplines after the consultants / sub consultants have been agreed by the<br />

client.<br />

49


____________________________________________________________________<br />

7.3 Form of Tender<br />

„Specialist Consultancy Services – <strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> <strong>Project</strong> – Phase 1‟<br />

To: <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>, <strong>Council</strong> Offices, 98 Strand Road, <strong>Derry</strong> BT48 7NN<br />

Members:<br />

Having examined all documentation bound in this Invitation Document as listed in the<br />

Table of Contents. I/we undertake to provide the above-mentioned services in<br />

conformity with this tender for the following prices: -<br />

50


____________________________________________________________________<br />

Table 1 – Fee Percentages<br />

<strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> <strong>Project</strong> – Fee Percentages Inclusive of all Expenses (Estimated Construction Cost £1.2m)<br />

ACE STAGES<br />

Specialist Discipline<br />

A & SB OP DP FP PI TD & TA MCC %, or Cost as applicable<br />

Lead Consultant<br />

Building <strong>Lighting</strong> Designer<br />

Electrical Engineer<br />

Conservation Architect<br />

Civil/Structural Engineer<br />

Quantity Surveyor<br />

Planning Consultant<br />

CDM Coordinator<br />

Total Fee % for all Disciplines<br />

Total Cost of Fee % services based on estimated costs of £1.2m (i.e. Total Fee % x £1,200,000) = £<br />

Any other costs for additional or other services (please state nature of cost and express as a lump sum) = £<br />

Cost A: Total Design Fee = £<br />

Supervision/Clerk of Works<br />

Supervision based on Clerk of Works working 4 hrs per day for 12 weeks = 4hr x 5 days x 12 weeks x enter rate here……….....= £<br />

Contingency Fee Sum<br />

Contingency Fee Sum carried over from Table 2 overleaf.= £<br />

Cost B: Total Supervision Costs & Contingency Fee = £<br />

COST C: TOTAL OVERALL FEE = £<br />

51


____________________________________________________________________<br />

Table 2 - Contingency Fee Sum<br />

Discipline & Grade of Staff Hourly rate No. of Hours Sum<br />

Lead Consultant<br />

Lead Consultant 21<br />

<strong>Lighting</strong> Designer<br />

Director/Partner/ Principal 10<br />

Associate Director/Associate 10<br />

Senior Designer 5<br />

Graduate Designer 5<br />

Technician 5<br />

Electrical Consultant Engineer<br />

Director/Partner/ Principal 5<br />

Associate Director/Associate 10<br />

Senior/Chartered Engineer 10<br />

Graduate Engineer 5<br />

Technician 5<br />

Conservation Architect<br />

Architect 10<br />

Technician 5<br />

Civil/Structural Engineer<br />

Director/Partner/ Principal 5<br />

Associate Director/Associate 10<br />

Senior/Chartered Engineer 10<br />

Graduate Engineer 5<br />

Technician 5<br />

Quantity Surveyor<br />

Director/Partner/ Principal 5<br />

Associate Director/Associate 10<br />

Senior/Chartered QS 10<br />

Graduate QS 5<br />

Technician 5<br />

CDM Coordinator<br />

CDM Coordinator 10<br />

Planning Consultant<br />

Planning Consultant 10<br />

Total Contingency Fee =<br />

I/we agree that all prices contained in the above tables will be fixed for the duration of<br />

each project phase.<br />

52


____________________________________________________________________<br />

I/we understand that you are not bound to accept the lowest or any tender.<br />

Signed: ………………………………………………………………………………..<br />

For or on Behalf of: ………………………………………………………………….<br />

Address: ……………………………………………………………………………….<br />

Position in Company: ……………………..……… Date: ………………………...<br />

Note: to be signed by the Lead Consultant on behalf of the entire project team<br />

and to be returned with tender submission.<br />

53


____________________________________________________________________<br />

7.4 Cost for 3D Modelling<br />

The design team may be requested to produce 3D rendered models of the buildings<br />

showing the effect of the proposed lighting on same. Therefore, the design team shall<br />

ensure that they have access to and use of the appropriate modelling software.<br />

Provide cost for producing lit, 3D rendered models of each of the following buildings.<br />

It should be noted that these costs will not be used in the evaluation of the cost<br />

element of the tenders. <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> reserves the right to accept, or<br />

review, each element should the service be required.<br />

Building/Monument/structure<br />

Cost<br />

Guildhall.....................................................................____________<br />

St Columb‟s Cathedral...............................................____________<br />

Playhouse Theatre.....................................................____________<br />

First Presbyterian Church..........................................____________<br />

Apprentice Boys Memorial Hall..................................____________<br />

Craigavon Bridge.......................................................____________<br />

Aras Colmcille............................................................____________<br />

54


____________________________________________________________________<br />

Part 8<br />

Evaluation and Award Criteria<br />

55


____________________________________________________________________<br />

8.0 Evaluation and Award Criteria<br />

Tenders will be assessed in two stages.<br />

8.1 Stage 1 – Experience and Expertise Assessment (Pass/Fail)<br />

Stage 1 of the assessment process will be an examination of the experience and<br />

expertise of the Lead Consultant, <strong>Lighting</strong> Designer and <strong>Project</strong> Team. Scoring<br />

criteria is used with an indicated minimum score to be achieved by each of the Lead<br />

Consultant, <strong>Lighting</strong> Designer and <strong>Project</strong> Team. Failure to meet the minimum<br />

score in any area results in the tender package (quality/cost elements) not<br />

being scored and therefore the submission is not considered further.<br />

Maximum<br />

Achievable Score<br />

Minimum<br />

Mandatory Score<br />

Relevant Experience and Expertise of Lead Consultant 30 18<br />

Relevant Experience and Expertise of <strong>Lighting</strong> Designer 30 18<br />

Relevant Experience and Expertise of <strong>Project</strong> Team 40 24<br />

TOTAL 100 marks 60 marks<br />

Scores achieved at qualification stage by those meeting the minimum<br />

requirements are not considered further in the quality assessment.<br />

8.1 Stage 2 - Quality Assessment 70%<br />

Tenders that pass Stage 1 will then pass to Stage 2. The Stage 2 submission be<br />

assessed on the basis of both Quality (70%) and Cost (30%). The Quality<br />

assessment will be based on the information provided in Part 6.6 set against the<br />

following criteria:<br />

Methodology 60%<br />

Programme 10%<br />

Submissions that do not contain all the information requested in Parts 5, 6, 7 and 9 of<br />

this document may not be assessed.<br />

The initial appointment will be up to Stage OP works only with progression<br />

through all ACE Stages and project phases being subject to the approval of the<br />

Client Team.<br />

Unless otherwise stated, the Quality information requested will be evaluated as<br />

follows;<br />

56


____________________________________________________________________<br />

Band Comments Marking out of<br />

5 10 15 20 25 30 50<br />

1<br />

Fully detailed evidence provided, very minor<br />

concerns on detail, relevence or complexity<br />

5 9-10 13-15 17-20 21-25 25-30 41-50<br />

2<br />

Detailed evidence provided, some concerns on<br />

detail, relevence or complexity<br />

4 7-8 10-12 13-16 16-20 19-24 31-40<br />

3<br />

Reasonable evidence, lacking in detail, relevance<br />

or complexity<br />

3 5-6 7-9 9-12 11-15 13-18 21-30<br />

4<br />

Limited evidence provided, significant concerns<br />

on detail, relevence or complexity<br />

2 3-4 4-6 5-8 6-10 7-12 11-20<br />

5<br />

Little or no evidence provided, very significant<br />

concerns on detail, relevence or complexity<br />

1 1-2 1-3 1-4 1-5 1-6 1-10<br />

8.3 Stage 2 - Cost Assessment 30%<br />

The price scoring mechanism set out below will be used in order to convert the total overall<br />

price into a score.<br />

Tenderer‟s Price score = Lowest Tender Assessment Total Price x 100%<br />

Tenderer‟s Tender Assessment Total Price<br />

(All calculations will be carried to two decimal places).<br />

EXAMPLE - Five tenders received with the following prices<br />

Tenderer (T)<br />

Price<br />

1 £ 2,225,125<br />

2 £ 2,375,500<br />

3 £ 2,450,625<br />

4 £ 2,760,225<br />

5 £ 2,915,125<br />

[Adjust price to suit particular project]<br />

Tender prices converted to a score out of 100<br />

Tenderer (T)<br />

Score<br />

1 100.00<br />

2 93.67<br />

3 90.80<br />

4 80.61<br />

5 76.33<br />

57


____________________________________________________________________<br />

Part 9<br />

Declarations to be completed<br />

by Lead Consultant &<br />

Submissions Checklist<br />

58


____________________________________________________________________<br />

9.1 Form of Assurance<br />

Health & Safety at Work (Northern Ireland) Order 1978<br />

The Tenderer‟s attention is drawn to the provision of the above Order, which became law on<br />

1 May 1979, and in particular to Clause 4 of the Order “General Duties of Employers to their<br />

Employees”.<br />

I undertake in the event of my tender being accepted to carryout these works with due<br />

regard to the provisions of the Health & Safety at Work (Northern Ireland) Order 1978 and all<br />

attendance Regulations made there under.<br />

Site staff shall be adequately trained, instructed and supervised to ensure so far as is<br />

reasonably practicable the Health and Safety of all persons who may be affected by the<br />

works under this Contract.<br />

Before commencing work I will prepare a written policy on the Health and Safety of any<br />

employee engaged in this work together with written organisational arrangements for<br />

carrying out the policy.<br />

Signed by: ___________________ ______________________________<br />

Signature<br />

Name in block letters<br />

Position in Organisation:<br />

_______________________________________<br />

Date:<br />

________________________________________________________<br />

On Behalf of: _________________________________________________<br />

(name of organisation)<br />

Address:<br />

_____________________________________________________<br />

_____________________________________________________________<br />

Note: To be signed by the Lead Consultant on behalf of the entire project team and to<br />

be returned with tender submission.<br />

59


____________________________________________________________________<br />

9.2 Collusive Tendering Certificate<br />

We certify that this is a bona fide tender and that we have not fixed or adjusted the amount<br />

of the tender by or under or in accordance with any agreement or arrangement with any<br />

other person. We also clarify that we have not done and we undertake that we will not do<br />

any time before the hour and date specified for the return of this tender, any of the following<br />

acts:<br />

1. Communicating to a person other than the person calling for these tenders, the amount<br />

or approximate amount of the proposed tender, except where the disclosure, in<br />

confidence, of the appropriate amount of the tender was necessary to obtain premium<br />

quotations required for the preparation of tender.<br />

2. Entering into any agreement or arrangement with any other person that he shall refrain<br />

from tendering or as to the amount of any tender to be submitted.<br />

3. Offering or paying or giving or agreeing to pay or give any sum of money or valuable<br />

consideration, directly or indirectly to any person for doing or having done or causing to<br />

be done, in relation to any other tender or proposed tender for the said work, any act or<br />

thing of any sort described above.<br />

In this certificate the word „person‟ including any persons and anybody or association,<br />

corporation or unincorporated and „any agreement or arrangement‟ included any such<br />

transaction formal or informal and whether legally binding or not.<br />

Signed by: ___________________ ______________________________<br />

Signature<br />

Name in block letters<br />

Position in Organisation:<br />

_______________________________________<br />

Date:<br />

________________________________________________________<br />

On Behalf of: _________________________________________________<br />

(name of organisation)<br />

Address:<br />

_____________________________________________________<br />

_____________________________________________________________<br />

Note:To be signed by the Lead Consultant on behalf of the entire project team and<br />

to be returned with tender submission.<br />

60


____________________________________________________________________<br />

9.3 Declaration of Commitment to Promoting Equality of Opportunity and<br />

Good Relations<br />

Preamble<br />

Under Section 75 of the Northern Ireland Act 1998 <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> must have due regard<br />

to the need to promote equality of opportunity:<br />

Between persons of different religious belief, political opinion, racial group,<br />

age, marital status, or sexual orientation;<br />

Between men and women generally;<br />

Between persons with a disability and persons without;<br />

Between persons with dependants and persons without.<br />

In addition the <strong>Council</strong> must also have regard to the desirability of promoting good relations<br />

between persons of different religious belief, political opinion or racial group.<br />

The <strong>Council</strong> is committed to fulfilling these obligations and is keen to not only ensure that<br />

suppliers of goods and services, contractors undertaking work on behalf of the <strong>Council</strong>. And<br />

groups who receive support from the <strong>Council</strong> do not act in any way that would contravene<br />

the <strong>Council</strong>‟s statutory equality duties but also that they help promote equality of opportunity<br />

and good relations within their own area and organisation.<br />

It is therefore a condition of any offer to grant aid/support or contract for goods or services<br />

that the Chief Executive, Managing Director or other authorised person signs, on behalf of<br />

their organisation, the declaration below. This declaration will confirm that the organisation<br />

is committed to promoting equality of opportunity and good relations and will not act in any<br />

way that will undermine the <strong>Council</strong>‟s commitment to fulfil its statutory obligations.<br />

The <strong>Council</strong> will not enter into any contract or provide support/grant aid to any<br />

organisation which does not sign the Declaration of Commitment to the Promotion of<br />

Equality of Opportunity and Good Relations.<br />

61


____________________________________________________________________<br />

Declaration of Commitment to Promoting Equality of Opportunity and Good Relations<br />

(continued)<br />

We (insert name of organisation): …………………………………………………………<br />

recognise <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>‟s duty to have due regard to the need to promote equality of<br />

opportunity:<br />

• Between persons of different religious belief, political opinion, racial group, age,<br />

marital status or sexual orientation<br />

• Between men and women generally<br />

• Between persons with a disability and persons without<br />

• Between persons with dependants and persons without<br />

And to have regard to the desirability of promoting good relations between persons of<br />

different religious belief, political opinion and racial group.<br />

We undertake not to act in any way that would contravene the <strong>Council</strong>’s statutory<br />

obligations and are committed to promoting good relations and equality of<br />

opportunity in all out activities (including in the recruitment, promotion and training of<br />

all our staff).<br />

Signed by: ___________________ ______________________________<br />

Signature<br />

Name in block letters<br />

Position in Organisation:<br />

_______________________________________<br />

Date:<br />

________________________________________________________<br />

On Behalf of: _________________________________________________<br />

(name of organisation)<br />

Address:<br />

_____________________________________________________<br />

_____________________________________________________________<br />

Note: to be signed by the Lead Consultant on behalf of the entire project team and<br />

to be returned with tender submission.<br />

62


____________________________________________________________________<br />

9.4 Fair Employment Declaration<br />

Fair Employment and Treatment (Northern Ireland) Order 1998<br />

1. Article 64 of the Fair Employment and Treatment (NI) Order 1998 (“the Order”)<br />

provided inter alia that a public authority shall not accept an offer to execute any work<br />

or supply any goods or services where the offer is made by an unqualified person in<br />

response to an invitation by the public authority to submit offers. Article 64 also<br />

provides that the public authority shall take all such steps as are reasonable to<br />

secure that no work is executed or goods or services supplied for the purposes of<br />

such contracts as are mentioned above by an unqualified person.<br />

2. An unqualified person is either an employer who, having been in default if the<br />

circumstances specified in Article 62(1) of the Order, has been served with a notice<br />

by the Fair Employment Commission stating that he is not qualified for the purposes<br />

of Articles 64-66 of the Order or an employer who, by reason of connection with an<br />

employer on whom has been served a notice to that effect, has also been served<br />

with such a notice.<br />

3. Mindful of its obligations under the Order, DERRY CITY COUNCIL has decided that<br />

it shall be a condition of tendering that a contractor shall not be an unqualified person<br />

for the purposes of Articles 64-66 of the Order.<br />

4. Contractors are, therefore, asked to complete and return the attached<br />

Declaration/Undertaking, with their quotation/tender, to confirm that they are not<br />

unqualified persons and to undertake that no work shall be executed or goods or<br />

services supplied by an unqualified person for the purposes of any contract with a<br />

<strong>Council</strong> to which Article 64 of the Order applies.<br />

I/We ______________________________________ hereby declare that I am/we are<br />

not an unqualified person for the purposes of the Fair Employment and Treatment (Northern<br />

Ireland) Order 1998. I/We undertake that no work shall be executed or good or services<br />

supplied by any unqualified person for the purposes of any contract with the DERRY CITY<br />

COUNCIL to which Section 64 of the Order applies.<br />

Signed by: ___________________ ______________________________<br />

Signature<br />

Name in block letters<br />

Position in Organisation:<br />

_______________________________________<br />

Date:<br />

________________________________________________________<br />

On Behalf of: _________________________________________________<br />

(name of organisation)<br />

Address: _____________________________________________________<br />

_____________________________________________________________<br />

Note: to be signed by the Lead Consultant on behalf of the entire project team and<br />

to be returned with tender submission.<br />

63


____________________________________________________________________<br />

9.5 Freedom Of Information<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> is subject to the provisions of the Freedom of Information Act 2000.<br />

Should any tenderer consider that any of the information supplied by them is either<br />

commercially sensitive or confidential in nature, this should be highlighted and the reasons<br />

for its sensitivity specified. In such cases, the relevant material will, in response to FOI<br />

requests, be examined in light of the exemptions provided for in the FOI Act.<br />

Tenderers should be aware that the information provided in the completed tender and<br />

contractual documents could be disclosed in response to a request under the Freedom of<br />

Information Act. No information provided by Tenderers will be accepted “in confidence” and<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> accepts no liability for loss as a result of any information disclosed in<br />

response to a request under the Freedom of Information Act.<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> has no discretion whether or not to disclose information in response to a<br />

request under the Freedom of Information Act, unless an exemption applies. Disclosure<br />

decisions will be taken by appropriate individuals in <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> having due regard to<br />

the exemptions available and the Public Interest. Tenderers are required to highlight<br />

information that they include in the tender documents, which they consider to be<br />

commercially sensitive or confidential in nature, and should state the precise reasons, why<br />

that view is taken. In particular, issues concerning trade secrets and commercial sensitivity<br />

should be highlighted. Tenderers are advised against recording unnecessary information.<br />

In accordance with the Lord Chancellors code of Practice on the discharge of public<br />

functions, <strong>Derry</strong> <strong>City</strong> <strong>Council</strong> will not accept any contractual term that purports to restrict the<br />

disclosure of information held by the <strong>Council</strong> in respect of the contract or tender exercise<br />

save as permitted by the Freedom of Information Act. The decision whether to disclose<br />

information rests solely with <strong>Derry</strong> <strong>City</strong> <strong>Council</strong>.<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong> will consult with tenderers, where it is considered appropriate, in relation<br />

to the release of controversial information. Tenderers will be notified by the council of any<br />

disclosure of information relating to them.<br />

64


____________________________________________________________________<br />

9.6 Non-Submittal of Tender Form<br />

Please fax this form by the closing date of Friday 3 June 2011 if your organisation has<br />

registered your intent to tender, but is subsequently unable to return a tender.<br />

FAO:<br />

E-mail<br />

<strong>City</strong> Engineer<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong><br />

<strong>Council</strong> Offices<br />

98 Strand Road<br />

<strong>Derry</strong><br />

BT48 7NN<br />

francis.morrison@derrycity.gov.uk<br />

Tender – ‘Specialist Consultancy Services – <strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> <strong>Project</strong><br />

Organisation: ___________________________________________________________<br />

Our company is unable to return a tender submission for this project for the following reason:<br />

Unable to submit in timescale<br />

Unable to complete work within required programme<br />

Other (please specify below)<br />

……………………………………………………………………………………………..<br />

……………………………………………………………………………………………..<br />

……………………………………………………………………………………………..<br />

Signed: ……………………………………………………………………………………<br />

For or on Behalf of: ………………………………………………………………………<br />

Address: …………………………………………………………………………………..<br />

…………………………………………………………………………………..<br />

…………………………………………………………………………………..<br />

…………………………………………………………………………………..<br />

Position in Company: ……………………………………………. Date: ..…………….<br />

Note: to be signed by the Lead Consultant on behalf of the entire project team and to<br />

be returned with tender submission.<br />

65


____________________________________________________________________<br />

9.7 Submission Checklist<br />

Before submitting your tender please ensure that you have:<br />

Stage 1 - Experience and Expertise Assessment<br />

(i) Provided for the Lead Consultant (refer to 6.3)<br />

a. Practice Details as requested in Part 5<br />

b. <strong>Project</strong> Summary Sheets<br />

c. Details of the experience and expertise<br />

d. Outlined their ability to provide ongoing interface with the Client<br />

(ii) Provided for the <strong>Lighting</strong> Designer (refer to 6.4)<br />

a. <strong>Project</strong> Summary Sheets for each discipline<br />

b. Details of relevant experience and expertise for each discipline<br />

c. Details of resources<br />

(iii) Provided for the <strong>Project</strong> Team (refer to 6.5)<br />

a. Proposed Team Structure<br />

b. <strong>Project</strong> Summary Sheets for each discipline<br />

c. Details of relevant experience and expertise for each discipline<br />

d. Details of resources<br />

Stage 2 – Quality Assessment<br />

(iv) Provided for the project (refer to 6.6)<br />

a. Detailed methodology<br />

b. Detailed project programme<br />

Stage 2 – Cost Assessment<br />

(v) Fee proposal as requested in Part 7<br />

Declarations<br />

(vi) Signed declarations as requested in Part 9<br />

(vi)<br />

Enclosed this document in its entirety<br />

To whom the tenders should be addressed:<br />

Tender – ‘Specialist Consultancy Services – <strong>Walled</strong> <strong>City</strong> <strong>Lighting</strong> <strong>Project</strong>’<br />

Mr J Meehan<br />

Acting Town Clerk & Chief Executive<br />

<strong>Derry</strong> <strong>City</strong> <strong>Council</strong><br />

98 Strand Road<br />

<strong>Derry</strong> BT48 7NN<br />

So as to arrive no later than 12.00 noon on Friday 3 June 2011.<br />

66

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!