loading
  • GB-EH1 1HT Edinburgh
  • 24.04.2017
  • Ausschreibung
  • (ID 2-259851)

EC0759 Quantity Surveying Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 24.04.2017, 12:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 6 - max. 6
    Gebäudetyp Landschaft und Freiraum
    Art der Leistung Vermessung
    Sprache Englisch
    Aufgabe
    EC0759 Quantity Surveying Framework Agreement.
    Lot 1 relates to our Maintenance/Small Works Projects, which have a contract value of up to 2 000 000 GBP.
    Lot 2 relates to New Build/Refurbishment Projects with a value between 2 000 000 and 10 000 000 GBP.
    Lot 3 relates to New Build/Refurbishment Projects with a value over 10 000 000 GBP.
    Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.
    ESPD submissions must be returned no later than 12 Noon on the 24/04/17 via PCS-T.
    Leistungsumfang
    EC0759 Quantity Surveying Framework — Lot 3.
    This Framework will enable our project teams to call off the services of quantity surveyor who will be undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services.
    Lot 3 will cover our New Build/Refurbishment Projects with a value over 10 000 000 GBP.
    We wish to appoint three service providers and the call off for each service requirement will be on a rotational basis (two elements), which will benefit our project programmes.
    Lot 3 will contain two rotational elements:
    — Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc.
    — Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure.
    Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.
    This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise.
    We will apply a two stage tender process:
    Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).
    — Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional section of the Contract Notice.
    — Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within item 2 Technical Envelope Criteria Section Technical and Professional Ability below. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender.
    Stage 2: ITT issue:
    The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.
    Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent.
    Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid.
    Summary.
    The quality and commercial score will be combined to give each bidder/tenderer an overall total score.
    Adresse des Bauherren UK-EH1 1HT Edinburgh
    TED Dokumenten-Nr. 107921-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Edinburgh: Quantity surveying services

      2017/S 058-107921

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      University Of Edinburgh
      Charles Stewart House, 9-16 Chambers Street
      Edinburgh
      EH1 1HT
      United Kingdom
      Telephone: +44 1316508202
      E-mail: MjEyYVVmW1VmWWgiYGNXXFxZVVg0WVgiVVciaV8=
      NUTS code: UKM25

      Internet address(es):

      Main address: http://www.ed.ac.uk/schools-departments/procurement/supplying

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
      I.4)Type of the contracting authority
      Body governed by public law
      I.5)Main activity
      Education

      Section II: Object

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

       

      EC0759 Quantity Surveying Framework Agreement.

       

      Reference number: EC0759
      II.1.2)Main CPV code
      71324000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      EC0759 Quantity Surveying Framework Agreement.

      Lot 1 relates to our Maintenance/Small Works Projects, which have a contract value of up to 2 000 000 GBP.

      Lot 2 relates to New Build/Refurbishment Projects with a value between 2 000 000 and 10 000 000 GBP.

      Lot 3 relates to New Build/Refurbishment Projects with a value over 10 000 000 GBP.

      Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.

      ESPD submissions must be returned no later than 12 Noon on the 24/04/17 via PCS-T.

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

       

      Should any bidder/supplier be awarded more than 1 Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.

       

      II.2)Description
      II.2.1)Title:

       

      EC0759 — Quantity Surveying Framework

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71324000
      II.2.3)Place of performance
      NUTS code: UKM25
      II.2.4)Description of the procurement:

       

      EC0759 Quantity Surveying Framework — Lot 1.

      This Framework will enable our project teams to call off the services of quantity surveyors who will undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services.

      Lot 1 will cover our Maintenance/Small Works Projects, which have a contract value of up to 2 000 000 GBP.

      We wish to appoint six service providers and the call off for each service requirement will be on a rotational basis which will benefit our project programmes.

      Lot 1 will contain two rotational elements:

      — Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc.

      — Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure.

      Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.

      This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise.

      We will apply a two stage tender process:

      Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).

      — Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional information section of the Contract Notice.

      — Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within item 2 Technical Envelope in our ESPD document and reiterated in the II.2.9 below.

      We will take the nine highest scoring bidders through to the ITT stage and they will be invited to submit a tender.

      Stage 2: ITT issue:

      The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.

      Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent.

      Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid.

      Summary.

      The quality and commercial score will be combined to give each bidder/tenderer an overall total score.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 90
      Price - Weighting: 10
      II.2.6)Estimated value
      Value excluding VAT: 26 400 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal date will be dependant on whether or not the 2 x 1 year extensions options are adopted.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 9
      Objective criteria for choosing the limited number of candidates:

       

      Lot 1 Procurement Overview as detailed within item 11.2.4 above.

      Bidders responses to our technical questions section shall be marked using the following scoring methodology scores:

      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.

      Should any supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.

       

      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 there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      EC0759 — Quantity Surveying Framework

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71324000
      II.2.3)Place of performance
      NUTS code: UKM25
      II.2.4)Description of the procurement:

       

      EC0759 Quantity Surveying Framework — Lot 2.

      This framework will enable our project teams to call off the services of quantity surveyors who will undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services.

      Lot 2 will cover our New Build/Refurbishment Projects with a value between 2 000 000 and 10 000 000 GBP.

      We wish to appoint three service providers and the call off for each service requirement will be on a rotational basis which will benefit our project programmes.

      Lot 2 will contain two rotational elements:

      — Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc.

      — Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure.

      Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.

      This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise.

      We will apply a two stage tender process:

      Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).

      — Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional information section of the Contract Notice.

      — Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within our ESPD document and Section 11.2 of this Contract Notice. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender.

      Stage 2: ITT issue:

      The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.

      Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent.

      Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid.

      Summary.

      The quality and commercial score will be combined to give each bidder/tenderer an overall total score.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 90
      Price - Weighting: 10
      II.2.6)Estimated value
      Value excluding VAT: 46 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal date will be dependant on whether or not the 2 x 1 year extensions options are adopted.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Lot 2 Procurement Overview as detailed within item 11.2.4 above.

      Bidders responses to our technical questions section shall be marked using the following scoring methodology scores:

      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.

      Should any supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.

       

      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 there are any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

       

      II.2)Description
      II.2.1)Title:

       

      EC0759 — Quantity Surveying Framework

       

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71324000
      II.2.3)Place of performance
      NUTS code: UKM25
      II.2.4)Description of the procurement:

       

      EC0759 Quantity Surveying Framework — Lot 3.

      This Framework will enable our project teams to call off the services of quantity surveyor who will be undertake numerous roles e.g. cost planning, prepare tender and contract documentation, provide reports etc, as ascertained within the scope of services.

      Lot 3 will cover our New Build/Refurbishment Projects with a value over 10 000 000 GBP.

      We wish to appoint three service providers and the call off for each service requirement will be on a rotational basis (two elements), which will benefit our project programmes.

      Lot 3 will contain two rotational elements:

      — Rotational element one will relate to one-off pieces of work i.e. feasibility studies (which are not proposed to be progressed to further project stages at that time) and assessment purposes etc.

      — Rotational element two will be utilised for projects which are proposed to follow the standard scope of services. If a project does not proceed beyond feasibility, it would still be considered that the service provider has received their allotted project within the rotational structure.

      Due to the essential requirement for exceptional service, there will be a requirement for continual monitoring with the option to remove a service provider for non-performance. Further information will be detailed within our ITT documentation.

      This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement exercise.

      We will apply a two stage tender process:

      Stage 1 — Pre-Qualification via the submission of the completed ESPD (Scotland).

      — Bidders must pass the minimum standards (pass/fail) sections of the ESPD (Scotland). These can be found within the qualification envelope of PCS-T. Statements detailing the specific requirements can be found within the additional section of the Contract Notice.

      — Bidders must complete the technical envelope. Specific statements detailing the requirement can be found within the additional information section of the Contract Notice. The responses to these statements will be scored as per the scoring methodology detailed within item 2 Technical Envelope Criteria Section Technical and Professional Ability below. We will take the six highest scoring bidders through to the ITT stage and they will be invited to submit a tender.

      Stage 2: ITT issue:

      The University will evaluate all shortlisted bidders/tenderers ITT submissions via undertaking a Quality/Technical and Commercial evaluation. Those bidders who have submitted a tender return will also be invited to interview. The ITT quality questionnaire will be marked and a further mark (for the interview) will be incorporated into the overall ITT quality score.

      Technical (Quality) Scores shall be allocated based on the total percentage achieved by the response out of the maximum possible percentage. This takes into account the score out of 4 and the weighting allocated to individual questions. For example if a question is weighted 10 percent and your submission scores 3 points out of 4 for that question then you will receive 7.5 percent out of a possible 10 percent. e.g. in the event you score 4 out of 4 for all our quality questions and score 100 then you will be awarded the maximum score of 90 percent. In the event you score 2 out of 4 for all questions then your score will be 50 percent out of the quality percentage of 90 percent therefore your score would be 45 percent.

      Cost — the bidder who submits the lowest cost will be awarded the maximum score 10 percent and others awarded a score pro rata, in relation to the lowest bid.

      Summary.

      The quality and commercial score will be combined to give each bidder/tenderer an overall total score.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 90
      Price - Weighting: 10
      II.2.6)Estimated value
      Value excluding VAT: 151 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: yes
      Description of renewals:

       

      Renewal date will be dependant on whether or not the 2 x 1 year extensions options are adopted.

       

      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged number of candidates: 6
      Objective criteria for choosing the limited number of candidates:

       

      Lot 3 Procurement Overview as detailed within item 11.2.4 above.

      Bidders responses to our technical questions section shall be marked using the following scoring methodology scores:

      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.

      Should any supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.

       

      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 there are 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
      List and brief description of conditions:

       

      ESPD 4A.2 Statement.

      The quantity surveying firm must be an RICS regulated company.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Lot 1 4.B.1.1. Bidders will be required to have a ‘general’ yearly turnover threshold value of 250 000 GBP for the last three years prior to the date of proposed contract award.

      Lot 2 4.B.1.1. Bidders will be required to have a ‘general’ yearly turnover threshold value of 500 000 GBP for the last three years prior to the date of proposed contract award.

      Lot 3 4.B.1.1. Bidders will be required to have a ‘general’ yearly turnover threshold value of 1 000 000 GBP for the last three years prior to the date of proposed contract award.

      For Lots 1 and 2 — 4.B.5.1. — Insurance requirements.

      Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

      Public Liability Insurance = 2 000 000 GBP.

      Professional Indemnity Insurance = 2 000 000 GBP.

      For Lot 3 — 4.B.5.1. — Insurance requirements

      Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

      Public Liability Insurance = 2 000 000 GBP.

      Professional Indemnity Insurance = 5 000 000 GBP.

       

      III.1.3)Technical and professional ability
      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

       

      ESPD 4A.2 Statement.

      The quantity surveying firm must be an RICS regulated company.

       

      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with several operators
      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: 24/04/2017
      Local time: 12:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      Date: 30/06/2017
      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
      Duration in months: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: yes
      Estimated timing for further notices to be published:

       

      This will be dependant on whether or not we adopt the 2 x1 year extension options.

       

      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      Should any bidder/supplier be awarded more than one Lot, we will reserve the right to require a financial turnover appropriate to the total Lots won.

      University of Edinburgh Services

      http://www.docs.csg.ed.ac.uk/Procurement/Terms_Conditions_2011/Services2011.pdf

      As the projects will vary in nature and size we would prefer to establish the framework agreement in lots with the following number of service providers per Lot:

      — Lot 1:6 service providers;

      — Lot 2:3 service providers;

      — Lot 3:3 service providers.

      Lots 2 and 3 only, we will reserve the right to appoint the next in order shortlisted bidder in the event of the demise, determination or merger of one of the appointed bidder's/consultants.

      This Framework is not exclusive and contracts for major projects may be advertised and awarded under a separate procurement ESPD 4C.1.2 Statement

      Bidders will be required to provide three examples of Quantity Surveying services carried out during the past three years that demonstrate that they have the relevant experience to deliver the services i.e. Lot 1 Maintenance/Small Works projects which have a contract value up to 2 000 000 GBP, Lot 2 new build/refurbishment projects with a value between 2 and 10 000 000 GBP, Lot 3 new build/refurbishment projects with a value over 10 000 000 GBP as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.

      Bidders examples should include the following:

      — Description of the project; confirming the following:

      — Pre Tender Estimate (refer to ESPD for further information);

      — Final construction value;

      — Contract type;

      — Practical Completion Date;

      — Name of Project Quantity Surveyor;

      — Services carried out as Quantity Surveyor;

      — Overview of the added value that your organisation as;

      Quantity Surveyor brought to the project;

      — Name & address of the client contact to provide the University with a reference.

      Your examples must be from within the last 3 years. Each example must not exceed 2 A4 pages.

      Overall weighting for this question is 75 percent (Each example worth 25 %).

      ESPD 4C.3 Statement.

      For all three lots.

      Describe your quality control procedures for managing:

      — Cost accuracy;

      — Document quality;

      — Change management;

      — Management of the Final Account;

      — Risk Management;

      Your response must not exceed 4 A4 pages.

      Overall weighting for this question is 20 percent.

      ESPD 4C.8 Statement.

      For all three lots.

      Each member of the bidding team is asked to confirm staff numbers for each of the last 3 years identifying:

      — Number and qualification of professional staff;

      — Number of support / technical staff;

      — Number of admin staff.

      Please note that we are looking for bidders that can evidence sufficient numbers of personnel in each of these teams to undertake the works outlined in this requirement. Should evidence of dramatic downsizing be evident we may query this with bidders to establish the impact of future planning.

      Your response must not exceed 1 A4 page.

      Overall weighting for this question is 5 percent.

      Please note the estimated values listed within each Lot relates to the overall historic construction values of numerous project per year.

      . We will also request hourly rates for any ad hoc work.

      Fees will be fixed for appointments made within the first two years day one being the actual Framework commencement date. Fees for appointments made after the first two years may be adjusted in year three and four provided the appointed supplier can demonstrate there has been an increase/decrease in their costs from the Framework commencement date. The fee for each appointment will be fixed for the duration of the individual appointment. No adjustment in costs for inflation will be entertained for the duration of each appointment exercise.

      The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 7898. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      (SC Ref:488850).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      University of Edinburgh
      Charles Stewart House, 9-16 Chambers Street
      Edinburgh
      EH1 1HT
      United Kingdom
      Telephone: +44 1316508202
      E-mail: MjEwY1doXVdoW2okYmVZXl5bV1o2W1okV1kka2E=

      Internet address:http://www.ed.ac.uk/schools-departments/procurement/supplying

      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:
      21/03/2017
    © 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 23.03.2017
Zuletzt aktualisiert 23.03.2017
Wettbewerbs-ID 2-259851 Status Kostenpflichtig
Seitenaufrufe 43