loading
  • GB-EH8 8BG Edinburgh
  • 22.08.2017
  • Ausschreibung
  • (ID 2-274503)

Clerk of Works Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 22.08.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung allgemeine Beratungsleistungen / Facility Management
    Sprache Englisch
    Aufgabe
    The City of Edinburgh Council wishes to appoint up to ten organisations who deliver Clerk of Works Services to provide professional consultancy services for an undefined programme of construction, alteration, repair and maintenance works. The Framework Agreement shall be for a two year period and may be extended annually for a maximum period of two further years by mutual consent. The commissions will fall under a range of construction costs from 50 000 GBP and may be utilised for projects up to a value of 150 000 000 GBP
    Leistungsumfang
    The City of Edinburgh Council wishes to appoint up to ten organisations who deliver Clerk of Works Services to provide professional consultancy services for an undefined programme of construction, alteration, repair and maintenance works. The Framework Agreement shall be for a two year period and may be extended annually for a maximum period of two further years by mutual consent. The commissions will fall under a range of construction costs from 50 000 GBP and may be utilised for projects up to a value of 150 000 000 GBP
    Adresse des Bauherren UK-EH8 8BG Edinburgh
    TED Dokumenten-Nr. 312870-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Edinburgh: Building consultancy services

      2017/S 151-312870

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      The City of Edinburgh Council
      Waverley Court, 4 East Market Street
      Edinburgh
      EH8 8BG
      United Kingdom
      Telephone: +44 1314693537
      E-mail: MTliWGtgXCViYGVeN1xbYGVZbGleXyVeZm0lbGI=
      NUTS code: UKM75

      Internet address(es):

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

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00290

      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 electronically via: www.publiccontractsscotland.gov.uk
      I.4)Type of the contracting authority
      Regional or local authority
      I.5)Main activity
      Public order and safety

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Clerk of Works Framework.

       

      II.1.2)Main CPV code
      71315200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The City of Edinburgh Council wishes to appoint up to ten organisations who deliver Clerk of Works Services to provide professional consultancy services for an undefined programme of construction, alteration, repair and maintenance works. The Framework Agreement shall be for a two year period and may be extended annually for a maximum period of two further years by mutual consent. The commissions will fall under a range of construction costs from 50 000 GBP and may be utilised for projects up to a value of 150 000 000 GBP

       

      II.1.5)Estimated total value
      Value excluding VAT: 6 000 000.00 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)
      71315200
      II.2.3)Place of performance
      NUTS code: UKM75
      II.2.4)Description of the procurement:

       

      The City of Edinburgh Council wishes to appoint up to ten organisations who deliver Clerk of Works Services to provide professional consultancy services for an undefined programme of construction, alteration, repair and maintenance works. The Framework Agreement shall be for a two year period and may be extended annually for a maximum period of two further years by mutual consent. The commissions will fall under a range of construction costs from 50 000 GBP and may be utilised for projects up to a value of 150 000 000 GBP

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 24
      This contract is subject to renewal: no
      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:

       

      Part IV: Selection criteria — B: Economic and financial standing — Question 4B.4 — Tenderers will be required provide the following information in response to 4B.4:

      Current ratio for Current Year: (value)

      Current ratio for Prior Year: (value)

      The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition.

       

      Minimum level(s) of standards possibly required:

       

      Tenderers will be required provide the following information in response to 4B.4:

      Current ratio for Current Year: [value]

      Current ratio for Prior Year: [value]

      The formula for calculating a Tenderer's current ratio is current assets divided by current liabilities. The acceptable range for each financial ratio is greater than 1.10. Where a Tenderer's current ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition.

      Part IV: Selection criteria — B: Economic and financial standing — Question 4B.5 — Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

      a. Employers (Compulsory) Liability Insurance — 5 000 000 GBP

      b. Public Liability Insurance — 10 000 000 GBP

      c. Professional Indemnity — 1 000 000 GBP

      Where a Tenderer does not hold, or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.

       

      III.1.3)Technical and professional ability
      Minimum level(s) of standards possibly required:

       

      Bidders are required to provide relevant examples of where they have carried out Clerk of Works Services in the past five years. The Council requires that a maximum three examples of contracts of similar nature and complexity to this contract are provided. This information should include the client, contract sum, detailed information on the scope of services provided, dates and successful delivery outcomes such as client satisfaction, added value and any problems encountered on site and how these were overcome.

       

      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:

       

      As per terms and conditions of contract.

       

      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
      Accelerated procedure
      Justification:

       

      This contract was previously published under OJEU reference 212/602-2017. On reviewing the tender returns, it was identified that the pricing structure was more complicated than required and therefore this notice is being published to allow interested bidders to resubmit their proposals. The decision to republish the OJEU notice was to ensure that any bidder who did not initially apply could still have their tender considered.

       

      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 several operators
      Envisaged maximum number of participants to the framework agreement: 10
      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: no
      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: 22/08/2017
      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
      IV.2.7)Conditions for opening of tenders
      Date: 23/08/2017
      Local time: 12:00

      Section VI: Complementary information

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

       

      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=507302.

      The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

      Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

      The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

      The council expects these services to be self-delivered

      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:

      Please see Tender documents

      (SC Ref:507302).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      The City of Edinburgh Council
      Waverley Court, 4 East Market Street
      Edinburgh
      EH8 8BG
      United Kingdom
      Telephone: +44 1314693537

      Internet address:http://www.edinburgh.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:
      07/08/2017
    © 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 09.08.2017
Zuletzt aktualisiert 09.08.2017
Wettbewerbs-ID 2-274503 Status Kostenpflichtig
Seitenaufrufe 47