Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
I.3)Communication
Additional information can be obtained from the abovementioned address
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:
Perth City of Light — Provision of architectural/feature lighting design & installation services.
Reference number: PKC10008
II.1.2)Main CPV code
71200000
II.1.3)Type of contract
Works
II.1.4)Short description:
Perth & Kinross Council are seeking to procure services for the provision of architectural/feature lighting design and installation.
II.1.5)Estimated total value
Value excluding VAT: 12 000 000.00 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)
31527260
71220000
50232110
II.2.3)Place of performance
NUTS code: UKM27
Main site or place of performance:
Perth & Kinross Council area.
II.2.4)Description of the procurement:
As part of the development of Perth City the ‘Perth City of Light Action Plan’ (the ‘Action Plan’) was devised and published in 2016 by Perth & Kinross Council. The Action Plan identified and provided a comprehensive approach to the lighting of buildings and spaces throughout the city. The Council require to procure external services for:
— the provision of architectural/feature lighting design including conceptual art, draft and detailed drawings along with electrical design and development services to assess and prepare costs, and contract documentation, and
— the supply, installation and maintenance responsibilities of the approved detailed designs, be that the designer or a suitably qualified contractor who can undertake the provision of lighting and electrical services.
At present a 5 000 000 GBP capital allocation has been provided by the Council and the project is due to be delivered over a 6 year period. Additional funding from other sources will be required to carry out all proposals in the Action Plan.
The Council are seeking to appoint a strategic partner to work with them in order to achieve the deliverables of the Action Plan.
To provide the Council with continuity and consistency in the design and installation of the deliverables in the Action Plan and to give the Council flexibility in awarding Work Packages for specific briefs as and when required a Framework Agreement enduring for 6 years is to be set up. The Council will reserve the right to extend the Framework Agreement by up to 2 years following the initial term to allow for the delivery of the full Action Plan should funding up to 12 000 000 GBP be achieved.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 80
Price - Weighting: 20
II.2.6)Estimated value
Value excluding VAT: 12 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 72
This contract is subject to renewal: yes
Description of renewals:
The Council will reserve the right to extend the Framework Agreement by up to 2 years following the initial term to allow for the delivery of the full Action Plan should additional funding be achieved.
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
III.1.2)Economic and financial standing
List and brief description of selection criteria:
4B.4 Bidders will be required to state the values for the following for each of the last 2 years:
1. Current Ratio (Current Assets divided by Current Liabilities).
2. Net Assets (Net Worth) (value per the Balance Sheet, no calculations required).
A Credit Reference may be undertaken prior to appointment; bidders will therefore be expected to have a satisfactory Credit Reference rating.
4B.5.1/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below.
Minimum level(s) of standards possibly required:
4B.4 The acceptable range is:
1. Current Ratio it is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
2. Net Assets (Net Worth) it is expected that the Net Worth will be positive, i.e. a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
3. In the event that the supply, installation and maintenance of lighting is subcontracted it is expected that the subcontractor will meet the required ratio tests above and the bidder must receive appropriate supporting evidence to confirm the suitability of the subcontractor for the work to be subcontracted.
4B.5.1/4B.5.2 Minimum level of insurance is:
— Employer's (Compulsory) Liability Insurance = 10 000 000 GBP.
— Public Liability Insurance = 10 000 000 GBP.
— Professional Indemnity Insurance = 2 000 000 GBP.
http://www.hse.gov.uk/pubns/hse40.pdf
III.1.3)Technical and professional ability
List and brief description of selection criteria:
4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the specification documents for this project.
4C.2.1 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required:
4C.1.2 Examples should include, but not be limited to, projects where architectural/feature lighting design was a key deliverable.
4C.2.1 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
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 a single operator
In the case of framework agreements, provide justification for any duration exceeding 4 years: To provide the Council with continuity and consistency in the design and installation of the deliverables in the Perth City of Light Action Plan and to give the Council flexibility in awarding Work Packages for specific briefs as and when required a Framework Agreement enduring for 6 years is to be set up.
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: 28/07/2017
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: 28/07/2017
Local time: 12:00
Place:
Perth & Kinross Council offices.
Information about authorised persons and opening procedure:
The tender responses will be received through PCS-Tender.
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:
VI.4)Procedures for review
VI.4.1)Review body
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
United Kingdom
Telephone: +44 1738475000
Fax: +44 1738475510
Internet address:http://www.pkc.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
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
United Kingdom
Telephone: +44 1738475000
Fax: +44 1738475510
Internet address:www.pkc.gov.uk
VI.5)Date of dispatch of this notice:
22/06/2017