Bewerbungsschluss |
24.04.2017, 12:00
|
Verfahren | Nicht offenes Verfahren |
Teilnehmer | Gewünschte Teilnehmerzahl: min. 6 - max. 6 |
Gebäudetyp | Landschaft und Freiraum |
Art der Leistung | Vermessung |
Sprache | Englisch |
Aufgabe |
EC0759 Quantity Surveying Framework Agreement.
Lot 1 relates to our Maintenance/Small Works Projects, which have a contract value of up to 2 000 000 GBP. Lot 2 relates to New Build/Refurbishment Projects with a value between 2 000 000 and 10 000 000 GBP. Lot 3 relates to New Build/Refurbishment Projects with a value over 10 000 000 GBP. Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation. ESPD submissions must be returned no later than 12 Noon on the 24/04/17 via PCS-T. |
Leistungsumfang | EC0759 Quantity Surveying Framework — Lot 3. This Framework will enable our project teams to call off the services of quantity surveyor who will be undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services. Lot 3 will cover our New Build/Refurbishment Projects with a value over 10 000 000 GBP. We wish to appoint three service providers and the call off for each service requirement will be on a rotational basis (two elements), which will benefit our project programmes. Lot 3 will contain two rotational elements: — Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc. — Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure. Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation. This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise. We will apply a two stage tender process: Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland). — Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional section of the Contract Notice. — Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within item 2 Technical Envelope Criteria Section Technical and Professional Ability below. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender. Stage 2: ITT issue: The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score. Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent. Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid. Summary. The quality and commercial score will be combined to give each bidder/tenderer an overall total score. |
Adresse des Bauherren | UK-EH1 1HT Edinburgh |
TED Dokumenten-Nr. | 107921-2017 |
United Kingdom-Edinburgh: Quantity surveying services
2017/S 058-107921
Contract notice
Services
Section I: Contracting authority
Internet address(es):
Main address: http://www.ed.ac.uk/schools-departments/procurement/supplying
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
Section II: Object
EC0759 Quantity Surveying Framework Agreement.
EC0759 Quantity Surveying Framework Agreement.
Lot 1 relates to our Maintenance/Small Works Projects, which have a contract value of up to 2 000 000 GBP.
Lot 2 relates to New Build/Refurbishment Projects with a value between 2 000 000 and 10 000 000 GBP.
Lot 3 relates to New Build/Refurbishment Projects with a value over 10 000 000 GBP.
Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.
ESPD submissions must be returned no later than 12 Noon on the 24/04/17 via PCS-T.
Should any bidder/supplier be awarded more than 1 Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.
EC0759 — Quantity Surveying Framework
EC0759 Quantity Surveying Framework — Lot 1.
This Framework will enable our project teams to call off the services of quantity surveyors who will undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services.
Lot 1 will cover our Maintenance/Small Works Projects, which have a contract value of up to 2 000 000 GBP.
We wish to appoint six service providers and the call off for each service requirement will be on a rotational basis which will benefit our project programmes.
Lot 1 will contain two rotational elements:
— Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc.
— Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure.
Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.
This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise.
We will apply a two stage tender process:
Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).
— Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional information section of the Contract Notice.
— Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within item 2 Technical Envelope in our ESPD document and reiterated in the II.2.9 below.
We will take the nine highest scoring bidders through to the ITT stage and they will be invited to submit a tender.
Stage 2: ITT issue:
The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.
Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent.
Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid.
Summary.
The quality and commercial score will be combined to give each bidder/tenderer an overall total score.
Renewal date will be dependant on whether or not the 2 x 1 year extensions options are adopted.
Lot 1 Procurement Overview as detailed within item 11.2.4 above.
Bidders responses to our technical questions section shall be marked using the following scoring methodology scores:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Should any supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
EC0759 — Quantity Surveying Framework
EC0759 Quantity Surveying Framework — Lot 2.
This framework will enable our project teams to call off the services of quantity surveyors who will undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services.
Lot 2 will cover our New Build/Refurbishment Projects with a value between 2 000 000 and 10 000 000 GBP.
We wish to appoint three service providers and the call off for each service requirement will be on a rotational basis which will benefit our project programmes.
Lot 2 will contain two rotational elements:
— Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc.
— Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure.
Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.
This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise.
We will apply a two stage tender process:
Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).
— Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional information section of the Contract Notice.
— Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within our ESPD document and Section 11.2 of this Contract Notice. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender.
Stage 2: ITT issue:
The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.
Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent.
Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid.
Summary.
The quality and commercial score will be combined to give each bidder/tenderer an overall total score.
Renewal date will be dependant on whether or not the 2 x 1 year extensions options are adopted.
Lot 2 Procurement Overview as detailed within item 11.2.4 above.
Bidders responses to our technical questions section shall be marked using the following scoring methodology scores:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Should any supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
EC0759 — Quantity Surveying Framework
EC0759 Quantity Surveying Framework — Lot 3.
This Framework will enable our project teams to call off the services of quantity surveyor who will be undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services.
Lot 3 will cover our New Build/Refurbishment Projects with a value over 10 000 000 GBP.
We wish to appoint three service providers and the call off for each service requirement will be on a rotational basis (two elements), which will benefit our project programmes.
Lot 3 will contain two rotational elements:
— Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc.
— Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure.
Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.
This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise.
We will apply a two stage tender process:
Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).
— Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional section of the Contract Notice.
— Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within item 2 Technical Envelope Criteria Section Technical and Professional Ability below. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender.
Stage 2: ITT issue:
The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.
Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent.
Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid.
Summary.
The quality and commercial score will be combined to give each bidder/tenderer an overall total score.
Renewal date will be dependant on whether or not the 2 x 1 year extensions options are adopted.
Lot 3 Procurement Overview as detailed within item 11.2.4 above.
Bidders responses to our technical questions section shall be marked using the following scoring methodology scores:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
Should any supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.
Economic operators may be excluded from this competition if there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Section III: Legal, economic, financial and technical information
ESPD 4A.2 Statement.
The quantity surveying firm must be an RICS regulated company.
Lot 1 4.B.1.1. Bidders will be required to have a ‘general’ yearly turnover threshold value of 250 000 GBP for the last three years prior to the date of proposed contract award.
Lot 2 4.B.1.1. Bidders will be required to have a ‘general’ yearly turnover threshold value of 500 000 GBP for the last three years prior to the date of proposed contract award.
Lot 3 4.B.1.1. Bidders will be required to have a ‘general’ yearly turnover threshold value of 1 000 000 GBP for the last three years prior to the date of proposed contract award.
For Lots 1 and 2 — 4.B.5.1. — Insurance requirements.
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 2 000 000 GBP.
Professional Indemnity Insurance = 2 000 000 GBP.
For Lot 3 — 4.B.5.1. — Insurance requirements
Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.
Public Liability Insurance = 2 000 000 GBP.
Professional Indemnity Insurance = 5 000 000 GBP.
ESPD 4A.2 Statement.
The quantity surveying firm must be an RICS regulated company.
Section IV: Procedure
Section VI: Complementary information
This will be dependant on whether or not we adopt the 2 x1 year extension options.
Should any bidder/supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.
University of Edinburgh Services
http://www.docs.csg.ed.ac.uk/Procurement/Terms_Conditions_2011/Services2011.pdf
As the projects will vary in nature and size we would prefer to establish the framework agreement in lots with the following number of service providers per Lot:
— Lot 1:6 service providers;
— Lot 2:3 service providers;
— Lot 3:3 service providers.
Lots 2 and 3 only, we will reserve the right to appoint the next in order shortlisted bidder in the event of the demise, determination or merger of one of the appointed bidder's/consultants.
This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement ESPD 4C.1.2 Statement
Bidders will be required to provide three examples of Quantity Surveying services carried out during the past three years that demonstrate that they have the relevant experience to deliver the services i.e. Lot 1 Maintenance/Small Works projects which have a contract value up to 2 000 000 GBP, Lot 2 new build/refurbishment projects with a value between 2 and 10 000 000 GBP, Lot 3 new build/refurbishment projects with a value over 10 000 000 GBP as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
Bidders examples should include the following:
— Description of the project; confirming the following:
— Pre Tender Estimate (refer to ESPD for further information);
— Final construction value;
— Contract type;
— Practical Completion Date;
— Name of Project Quantity Surveyor;
— Services carried out as Quantity Surveyor;
— Overview of the added value that your organisation as;
Quantity Surveyor brought to the project;
— Name & address of the client contact to provide the University with a reference.
Your examples must be from within the last 3 years. Each example must not exceed 2 A4 pages.
Overall weighting for this question is 75 percent (Each example worth 25 %).
ESPD 4C.3 Statement.
For all three lots.
Describe your quality control procedures for managing:
— Cost accuracy;
— Document quality;
— Change management;
— Management of the Final Account;
— Risk Management;
Your response must not exceed 4 A4 pages.
Overall weighting for this question is 20 percent.
ESPD 4C.8 Statement.
For all three lots.
Each member of the bidding team is asked to confirm staff numbers for each of the last 3 years identifying:
— Number and qualification of professional staff;
— Number of support / technical staff;
— Number of admin staff.
Please note that we are looking for bidders that can evidence sufficient numbers of personnel in each of these teams to undertake the works outlined in this requirement. Should evidence of dramatic downsizing be evident we may query this with bidders to establish the impact of future planning.
Your response must not exceed 1 A4 page.
Overall weighting for this question is 5 percent.
Please note the estimated values listed within each Lot relates to the overall historic construction values of numerous project per year.
. We will also request hourly rates for any ad hoc work.
Fees will be fixed for appointments made within the first two years day one being the actual Framework commencement date. Fees for appointments made after the first two years may be adjusted in year three and four provided the appointed supplier can demonstrate there has been an increase/decrease in their costs from the Framework commencement date. The fee for each appointment will be fixed for the duration of the individual appointment. No adjustment in costs for inflation will be entertained for the duration of each appointment exercise.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 7898. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:488850).
Internet address:http://www.ed.ac.uk/schools-departments/procurement/supplying
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.
Ausschreibung veröffentlicht | 23.03.2017 | ||
Zuletzt aktualisiert | 23.03.2017 | ||
Wettbewerbs-ID | 2-259851 | Status | Kostenpflichtig |
Seitenaufrufe | 43 |
|
|
||
|
|||
Wettbewerbe, Ausschreibungen und Stellenanzeigen | |||
Für Architekten, Landschaftsarchitekten, Ingenieure und Studierende | |||
Büroprofile erfolgreicher Ingenieur- und Architekturbüros | |||
Alles online und täglich aktuell | |||