loading
  • GB-PH1 5PH Perth
  • 28.07.2017
  • Ausschreibung
  • (ID 2-269456)

Perth City of Light — Provision of architectural/feature lighting design & installation services.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 28.07.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Kunst / Lichtgestaltung
    Art der Leistung Lichtplanung
    Sprache Englisch
    Aufgabe
    Perth & Kinross Council are seeking to procure services for the provision of architectural/feature lighting design and installation.
    Leistungsumfang
    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.
    Adresse des Bauherren UK-PH1 5PH Perth
    TED Dokumenten-Nr. 241956-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Perth: Architectural and related services

      2017/S 120-241956

      Contract notice

      Works

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Perth & Kinross Council
      2 High Street
      Perth
      PH1 5PH
      United Kingdom
      Contact person: Alan Farnington
      Telephone: +44 1738475000
      E-mail: 
      MjE0MzhTZGBbYFlmYWAyYl1VIFlhaCBnXQ==
      NUTS code: UKM27

      Internet address(es):

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

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: www.publictendersscotland.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:

       

      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

       

      A link to the City of Light Action Plan is supplied below:

      https://issuu.com/investinperth/docs/city_of_light_action_plan_-_6th_jun

      Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      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:

       

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 8493. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      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 asked to detail Community Benefits which they could provide as part of the Framework Agreement.

      (SC Ref:500838).

       

      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
      Scottish Courts Service
      Saughton House, Broomhouse Drive
      Edinburgh
      EH11 3XD
      United Kingdom
      Telephone: +44 1312252595
      E-mail: 
      MjE0V2BjZ1tkW1dlMmVVYWZVYWdkZmUgWWFoIGdd
      Fax: +44 1312406755

      Internet address:http://www.scotcourts.gov.uk/index.asp

      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
    © 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 27.06.2017
Zuletzt aktualisiert 27.06.2017
Wettbewerbs-ID 2-269456 Status Kostenpflichtig
Seitenaufrufe 69