loading
  • GB-EH41 3HA Haddington
  • 28.08.2017
  • Ausschreibung
  • (ID 2-273230)

Consultancy Services for Musselburgh Flood Protection Scheme.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 28.08.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 5 - max. 5
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Objektplanung Verkehrsanlagen / allgemeine Beratungsleistungen / Objektplanung Ingenieurbauwerke / Bauleitung, Objektüberwachung / Bodenmechanik, Erd-/ Grundbau / Landschaftsplanung / Studien, Gutachten
    Sprache Englisch
    Aufgabe
    The Services are required to address the requirement of the Council, and the Local Flood Risk Management Plan, to reduce the flood risk to Musselburgh.
    The Employer wishes to appoint a Design Consultant to provide full consultancy services for the development of a flood protection scheme for Musselburgh. It is envisaged that this will include the following main services:
    1. The development and design of a Flood Protection Scheme;
    2. The obtaining of the legal permissions to deliver the Scheme; and
    3. The supervision of the construction of the Scheme.
    Leistungsumfang
    It is proposed that the Scheme will be progressed through nine discrete stages under a PRINCE2 Project Management System. These stages are detailed in full within the approved PRINCE2 Project management Reports which are provided within Appendix A (Project Management System) of the Works Information.
    It is highlighted that notwithstanding that these nine stages comprise the Contract that progress through the stages will depend on: (i) available funding; and (ii) necessary approvals being obtained from the Project Board for the commencement of each individual stage after a stage-gate review.
    The Council therefore reserves the right to terminate the appointment of the Consultant at any stage without penalty.
    Adresse des Bauherren UK-EH41 3HA Haddington
    TED Dokumenten-Nr. 294580-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Haddington: Design consultancy services

      2017/S 143-294580

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      East Lothian Council
      John Muir House, East Lothian
      Haddington
      EH41 3HA
      United Kingdom
      Contact person: Sian Morris
      Telephone: +44 1620827166
      E-mail: MjEwaWNlaGhfaTZbV2lqYmVqXl9XZCRdZWwka2E=
      NUTS code: UKM73

      Internet address(es):

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

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181

      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
      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.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:

       

      Consultancy Services for Musselburgh Flood Protection Scheme.

       

      Reference number: CON-17-025
      II.1.2)Main CPV code
      79415200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Services are required to address the requirement of the Council, and the Local Flood Risk Management Plan, to reduce the flood risk to Musselburgh.

      The Employer wishes to appoint a Design Consultant to provide full consultancy services for the development of a flood protection scheme for Musselburgh. It is envisaged that this will include the following main services:

      1. The development and design of a Flood Protection Scheme;

      2. The obtaining of the legal permissions to deliver the Scheme; and

      3. The supervision of the construction of the Scheme.

       

      II.1.5)Estimated total value
      Value excluding VAT: 750 000.00 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)
      71313000
      71311300
      79415200
      II.2.3)Place of performance
      NUTS code: UKM73
      Main site or place of performance:

       

      East Lothian.

       

      II.2.4)Description of the procurement:

       

      The Services are required to address the requirement of the Council, and the Local Flood Risk Management Plan, to reduce the flood risk to Musselburgh.

      The Employer wishes to appoint a Design Consultant to provide full consultancy services for the development of a flood protection scheme for Musselburgh. It is envisaged that this will include the following main services:

      1. The development and design of a Flood Protection Scheme;

      2. The obtaining of the legal permissions to deliver the Scheme; and

      3. The supervision of the construction of the Scheme.

      It is proposed that the Scheme will be progressed through nine discrete stages under a PRINCE2 Project Management System. These stages are detailed in full within the approved PRINCE2 Project management Reports which are provided within Appendix A (Project Management System) of the Works Information.

      It is highlighted that notwithstanding that these nine stages comprise the Contract that progress through the stages will depend on: (i) available funding; and (ii) necessary approvals being obtained from the Project Board for the commencement of each individual stage after a stage-gate review.

      The Council therefore reserves the right to terminate the appointment of the Consultant at any stage without penalty.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Methodology / Weighting: 6
      Quality criterion - Name: Senior Supplier (Commission Manager) / Weighting: 4
      Quality criterion - Name: Senior Supplier's Manager (Consultant's Design Project Manager) / Weighting: 10
      Quality criterion - Name: Supplier's Supporting Personnel / Weighting: 6
      Quality criterion - Name: Understanding Scope and Objectives / Weighting: 4
      Quality criterion - Name: Contract Programme / Weighting: 2
      Quality criterion - Name: Understanding Risk, Risk Mitigation and Opportunities / Weighting: 2
      Quality criterion - Name: Value for Money and Innovation / Weighting: 2
      Quality criterion - Name: Understanding Environmentally Acceptable and Sustainable Design / Weighting: 2
      Quality criterion - Name: Community Benefits Plan and Delivery Schedule / Weighting: 2
      Quality criterion - Name: Interview / Weighting: 5
      Price - Weighting: 55
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 96
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 5
      Objective criteria for choosing the limited number of candidates:

       

      This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the

      PCS messaging system.

      The process we will apply will be:

      — Statements including the specific requirements can be found within Section III.1.1, III.1.2 and III.1.3 of the Contract Notice.

      — Bidders must pass the minimum standards sections of the ESPD (Scotland).

      Part III. and Section B of Part IV will be scored on a pass/fail basis, and Section C and D of Part IV of the ESPD (Scotland) will be scored in the following way:

      Qu 4C.1.2 55 % Qu 4C8.1 5 % Qu 4C6.1 5 % Qu4C10.1 5 % Qu 4D 30 %.

      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.

       

      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

       

      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:

       

      Bidders will be required to provide evidence of their financial standing which will be require to meet the following criteria:

      i) The ratio of total assets to total liabilities (net assets) should be positive in 2 out of 3 years.

      ii) The accounts should not show a loss in 2 consecutive years.

      iii) The accounts should not show a loss in 1 year and negative net current assets in any 1 year.

      Where the information provided does not meet item (i) but there is an improving trend East Lothian Council may consider items (ii) and (iii) and will have discretion, with regard to the evidence provided and taking into account the level of risk to East Lothian Council, as to whether a bidder will pass this requirement. East Lothian Council may also request a parent company guarantee where this is appropriate.

      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.

       

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

       

      4C1.2 Technical and Professional Ability (55 %).

      Principal Business Activities of the Organisation (10 %).

      Details of other public bodies for whom you have provided similar services (10 %).

      Previous experience of providing services (10 %).

      Provision of similar services in the past 5 years with contact details for the projects (15 %).

      References for 2 public bodies or local authorities (5 %).

      4C6.1 Names and details of management and technical experience and qualifications (5 %).

      4C8.1 Number of persons relevant to the services being applied for in management/professional&technical/administrative&clerical (5 %).

      4C10.1 Subcontracting (5 %).

      4D Quality Assurance Schemes.

      Health and Safety (20 %).

      Quality Assurance (10 %).

       

      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
      Notice number in the OJ S: 2016/S 221-402772
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 28/08/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 04/09/2017
      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
      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
      VI.3)Additional information:

       

      Tenderers must submit information about their Equal Opportunity policies which will be scored at Pass/Fail in the PQQ.

      The award criteria questions and weightings will be published in the ITT. The short listed tenderers who receive the ITT should note that they must secure 50 % of marks for each section to secure a Pass — East Lothian Council may at their discretion exclude any tenderer who does not pass all sections.

      Award criteria scoring will be the following:

      0 Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

      1 Poor: Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

      2 Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

      3 Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

      4 Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

      The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8121. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      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:

      Tenderer's CB submitted responses will be scored as per the ITT Evaluation matrix, but will be expected to cover (this is not comprehensive or exclusive):

      Training and Work Experience:

      — Work Placement Opportunities — Young people in education;

      — Work Placement Opportunities — Employability Programmes.

      Supplier Development:

      — Access to sub-contractor opportunities;

      — Opportunities for Third Sector and Social Enterprise Organisations.

      Education Support Activities:

      — Support activities for schools and colleges.

      Community Engagement Activities:

      — Engaging with communities to support projects/events;

      — Sponsorship activity.

      — Donation of materials.

      Tenderers may also give consideration to innovative alternatives that will also meet the East Lothian Council's social, economic and environmental objectives.

      (SC Ref:505448).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      East Lothian Council
      John Muir House, East Lothian
      Haddington
      EH41 3HA
      United Kingdom
      Telephone: +44 1620827827

      Internet address:http://www.eastlothian.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:
      25/07/2017
    © 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 28.07.2017
Zuletzt aktualisiert 28.07.2017
Wettbewerbs-ID 2-273230 Status Kostenpflichtig
Seitenaufrufe 38