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
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