loading
  • GB-KA12 8EE Irvine
  • 27.02.2017
  • Ausschreibung
  • (ID 2-254810)

Framework Agreement 2017/2019 CDM Advisor to the Principal Designer (NA/228)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 27.02.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Sicherheits-/ Gesundheitsschutz
    Sprache Englisch
    Aufgabe
    North Ayrshire Council is currently inviting tenders from suitably qualified companies for the provision of CDM Advisor to the Principal Designer within North Ayrshire.
    The Consultant will be required to assist the Council in fulfilling their duties under the CDM Regulations 2015 and ensure that they, as Principal Designer, are complying with their obligations under the regulations.
    Leistungsumfang
    The Consultant will be required to assist the Council in fulfilling their duties under the CDM Regulations 2015 and ensure that they, as Principal Designer, are complying with their obligations under the regulations.
    Adresse des Bauherren UK-KA12 8EE Irvine
    TED Dokumenten-Nr. 35465-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Irvine: Health and safety consultancy services

      2017/S 021-035465

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      North Ayrshire Council
      Cunninghame House, Friars Croft
      Irvine
      KA12 8EE
      United Kingdom
      Contact person: CPU
      Telephone: +44 1294324730
      E-mail: MTFvcW5idHFkbGRtcz9tbnFzZyxgeHFyZ2hxZC1mbnUtdGo=
      Fax: +44 1294324054
      NUTS code: UKM33

      Internet address(es):

      Main address: http://www.north-ayrshire.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

      I.2)Joint procurement
      The contract is awarded by a central purchasing body
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      General public services

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Framework Agreement 2017/2019 CDM Advisor to the Principal Designer (NA/228).

       

      Reference number: NAC/2075
      II.1.2)Main CPV code
      71317210
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      North Ayrshire Council is currently inviting tenders from suitably qualified companies for the provision of CDM Advisor to the Principal Designer within North Ayrshire.

      The Consultant will be required to assist the Council in fulfilling their duties under the CDM Regulations 2015 and ensure that they, as Principal Designer, are complying with their obligations under the regulations.

       

      II.1.5)Estimated total value
      Value excluding VAT: 320 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      II.2.3)Place of performance
      NUTS code: UKM33
      Main site or place of performance:

       

      North Ayrshire including the islands of Arran and Cumbrae.

       

      II.2.4)Description of the procurement:

       

      The Consultant will be required to assist the Council in fulfilling their duties under the CDM Regulations 2015 and ensure that they, as Principal Designer, are complying with their obligations under the regulations.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      The Framework Agreement shall be awarded on the basis of 2 years initially with an option to extend annually for up to a further 2 years.

       

      II.2.10)Information about variants
      Variants will be accepted: no
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

      Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

      Bidders must confirm if they hold the particular authorisation or memberships.

      ESPD Part 4A.2.2 Membership of Royal Institute or Chartered Surveyors (RICS), or Royal Institute of British Architects (RIBA), or Association for Project Safety (APS) or equivalent.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

      Employer's (Compulsory) Liability Insurance = 10 000 000 GBP.

      http://www.hse.gov.uk/pubns/hse40.pdf

      Public Liability Insurance = 10 000 000 GBP.

      Professional Indemnity Insurance = 5 000 000 GBP.

       

      III.1.3)Technical and professional ability
      List and brief description of selection criteria:

       

      Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice.

      Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

      Bidders will be required to confirm their average annual manpower (managerial / technical / admin) for the last 3 years.

       

      Minimum level(s) of standards possibly required:

       

      Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or

      2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.

      The quality manual must include documented procedures for:

      — Arrangements for monitoring quality management on an ongoing basis;

      — Regularly reviewing, correcting and improving quality performance;

      — Ensuring that quality management is effective in reducing / preventing incidents of sub-standard delivery;

      — Providing workforce with appropriate quality related training;

      — Dealing with complaints and implementing corrective measures.

      Health and Safety Procedures

      1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. or

      2. A Health and Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.

      The health and safety policy must include documented procedures:

      — for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement;

      — on how the bidder obtains access to competent Health and Safety advice and assistance providing the bidder's workforce with training and information appropriate to the type of work and this must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation;

      — describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work;

      — for checking, reviewing and where necessary, improving the bidders H&S performance;

      — for involving the bidders workforce in the planning and implementation of H&S measures;

      — for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years;

      — for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged and how this is co-ordinated;

      — for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;

      — on arrangements for ensuring that (where applicable) on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees.

       

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Open procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      Envisaged maximum number of participants to the framework agreement: 4
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 27/02/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 27/02/2017
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      Electronic payment will be used
      VI.3)Additional information:

       

      Environmental Management Standards

      1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

      or

      2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.

      The quality manual must include documented procedures for:

      — ensuring that the bidder's environmental management procedures are effective in reducing / preventing significant impacts on the environment;

      — providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;

      — checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;

      — checking, reviewing and where necessary improving the bidder's environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals;

      — dealing with waste (e.g. waste management plans, waste segregation, recycling etc.);

      — ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier's environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder's supply chain.

      North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below:

      Nature of the contract not suitable for Lots

      Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=480107.

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      The Contracting Authority does not intend to include a sub-contract clause in this contract.

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      Non Core Community Benefits: North Ayrshire Council is committed to maximising Community Benefits from its procurement activities. Under this procurement, the successful applicant, and its supply chain, are required to support the Councils social, economic and environmental objectives relating to participation in skills development, training, employment initiatives, education initiatives, community initiatives, supporting SMEs and third sector organisations. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations and Community Benefits may be included as a contractual requirement.

      (SC Ref:480107)

      Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=480107

       

      VI.4)Procedures for review
      VI.4.1)Review body
      North Ayrshire Council
      Cunninghame House, Friars Croft
      Irvine
      KA12 8EE
      United Kingdom
      Telephone: +44 1294324730
      Fax: +44 1294324054

      Internet address:http://www.north-ayrshire.gov.uk

      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      27/01/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 31.01.2017
Zuletzt aktualisiert 31.01.2017
Wettbewerbs-ID 2-254810 Status Kostenpflichtig
Seitenaufrufe 63