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
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