loading
  • GB-EH22 1DN Dalkeith
  • 09.06.2017
  • Ausschreibung
  • (ID 2-264417)

Lead Consultant for Midlothian Primary Schools


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 09.06.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 8
    Gebäudetyp Schulen
    Art der Leistung sonstige / Objektplanung Gebäude / Objektplanung Innenräume
    Sprache Englisch
    Aufgabe
    Midlothian Council procure all of their new build primary schools through a design and build contract where the design team are novated to the main contractor following a competitive tender process undertaken following RIBA stage D (Including M&E). Prior to going to tender Midlothian Council will require the lead design consultants team to deliver the following in addition to the stage D design information. The purpose of this tender is to procure a Lead Design Consultant along with their suitably qualified multi disciplinary team to provide design services to support the development of new build primary schools across the Councils Primary School Estate.
    Leistungsumfang
    The purpose of this tender is to procure a Lead Design Consultant along with their suitably qualified multi disciplinary team to provide design services to support the development of new build primary schools across the Councils Primary School Estate.
    Due to the level of development within the primary school estate the Council have decided to set up a term contract for the performance of the Lead Design Consultant role.
    Midlothian Council procure all of their new build primary schools through a design and build contract where the design team are novated to the main contractor following a competitive tender process undertaken following RIBA stage D (Including M&E). Prior to going to tender Midlothian Council will require the lead design consultants team to deliver the following in addition to the stage D design information.
    Adresse des Bauherren UK-EH22 1DN Dalkeith
    TED Dokumenten-Nr. 172285-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Dalkeith: Architectural design services

      2017/S 088-172285

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Midlothian Council
      Midlothian House, Buccleuch Street
      Dalkeith
      EH22 1DN
      United Kingdom
      Contact person: Philip Jones
      Telephone: +44 1315615253
      E-mail: 
      MTNtZWZpZm0rZ2xrYnA9amZhaWxxZWZeaytkbHMrcmg=
      Fax: +44 1316542797
      NUTS code: UKM23

      Internet address(es):

      Main address: http://www.midlothian.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336

      I.2)Joint procurement
      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 to the abovementioned address
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: 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:

       

      Lead Consultant for Midlothian Primary Schools.

       

      Reference number: Mid/17/24
      II.1.2)Main CPV code
      71220000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      Midlothian Council procure all of their new build primary schools through a design and build contract where the design team are novated to the main contractor following a competitive tender process undertaken following RIBA stage D (Including M&E). Prior to going to tender Midlothian Council will require the lead design consultants team to deliver the following in addition to the stage D design information. The purpose of this tender is to procure a Lead Design Consultant along with their suitably qualified multi disciplinary team to provide design services to support the development of new build primary schools across the Councils Primary School Estate.

       

      II.1.5)Estimated total value
      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)
      71220000
      71221000
      71223000
      71000000
      71200000
      II.2.3)Place of performance
      NUTS code: UKM23
      Main site or place of performance:

       

      Various sites within Midlothian.

       

      II.2.4)Description of the procurement:

       

      The purpose of this tender is to procure a Lead Design Consultant along with their suitably qualified multi disciplinary team to provide design services to support the development of new build primary schools across the Councils Primary School Estate.

      Due to the level of development within the primary school estate the Council have decided to set up a term contract for the performance of the Lead Design Consultant role.

      Midlothian Council procure all of their new build primary schools through a design and build contract where the design team are novated to the main contractor following a competitive tender process undertaken following RIBA stage D (Including M&E). Prior to going to tender Midlothian Council will require the lead design consultants team to deliver the following in addition to the stage D design information.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 60
      Price - Weighting: 40
      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:

       

      One 12 month extension period.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 5
      Maximum number: 8
      Objective criteria for choosing the limited number of candidates:

       

      Scoring in relation to the European Single Procurement Document, Part IV, C: Technical and Professional Ability.

       

      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.

       

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

       

      — Bidders will be required to have a minimum yearly ‘specific’ turnover of 2 000 000 GBP for the last 3 years in the business area covered by the contract. Specifically this should cover multi-disciplinary design services in relation to educational facilities.

      — 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

      Public Liability Insurance = 10 000 000 GBP

      Professional Indemnity Insurance = 10 000 000 GBP

      Product Liability Insurance = Not Applicable

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

      — The Authority will use Experian to check the financial stability / risk associated with a Tenderer, and require that they have at least a score of 51 out of 100, or ‘Below Average Risk’. Failing that, the Authority will use reasonable measures to ensure that appointing the Tenderer does not provide an elevated risk in terms of their financial stability and will request such information as may be reasonable necessary to ascertain that.

       

      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/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. These examples should include projects including a multi-disciplinary design team in relation to educational facilities.

      — Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

      — Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.

      — Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice.

      — Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

      Accreditation from a relevant architectural professional body.

      Accreditation from a relevant professional civil and structural engineering body.

      Accreditation from a relevant professional mechanical & electrical body.

      Appropriate BREEAM accreditation.

      Accreditations or policies in relation to quality and environmental management.

      — Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications:

      Membership of a relevant architectural professional body.

      Membership of a relevant professional civil and structural engineering body.

      Membership of a relevant professional mechanical & electrical body.

      Appropriate BREEAM accreditation.

      — Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: ISO14001 or an equivalent policy in place.

      — Bidders will be required to confirm their average annual manpower for the last three years, broken down into the relevant disciplines.

      — Bidders will be required to confirm their and the number of managerial staff for the last three years, broken down into the relevant disciplines.

      — Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract, broken down into the relevant disciplines.

       

      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
      Restricted procedure
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      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: 09/06/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 23/06/2017
      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: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

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

       

      — Any questions in relation to this procurement exercise may be asked by using the Question and Answer facility provided on the Contract Notice only. Directly contacting anyone at the Authority other that the Procurement contact provided in the documents may result in your exclusion from any further part in the process.

      — If you suspect there are any errors or omissions in any aspect of this procurement exercise, either in terms of the information and documentation provided, or the process itself, you should immediately highlight this to the Authority using the Question and Answer facility. Failing to do so could result in your submission being deemed to be non-compliant.

      — Please refer to the additional standard statements in relation to the ESPD attached with the procurement documents.

      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=494251.

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

      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:

      Tenderers will be required to submit proposals in relation to delivering Community Benefits during the course of the contract. Specific requirements in relation to community benefits for this Contract will be detailed within the Invitation to Tender Document and will relate to the subject matter of the contract and be proportional in terms of the anticipated value.

      (SC Ref:494251).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Midlothian Council
      Midlothian House, Buccleuch Street
      Dalkeith
      EH22 1DN
      United Kingdom
      Telephone: +44 1312707500
      Fax: +44 1316542797

      Internet address:http://www.midlothian.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:
      05/05/2017
    © 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 08.05.2017
Zuletzt aktualisiert 08.05.2017
Wettbewerbs-ID 2-264417 Status Kostenpflichtig
Seitenaufrufe 37