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
General public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Provision of Structural Engineering Advice and Services for the Maintenance and Refurbishment of the Blackpool Tower Steel Structure.
Reference number: DN234677
II.1.2)Main CPV code
71000000
II.1.3)Type of contract
Services
II.1.4)Short description:
Blackpool Council requires professional services to provide Structural inspections and advice and supervision for the continuing maintenance and refurbishment of the listed Tower steel structure. The Council is seeking a Structural Engineering Consultant that will be able to carry out structural inspections and surveys of the existing steel structure, provide guidance and deliver works in relation to the listed and historic fabric. These services will range from advisory and feasibility work through to a full design and supervisory service.
The contract of engagement will be the NEC3 professional services.
II.1.5)Estimated total value
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)
II.2.3)Place of performance
NUTS code: UKD42
II.2.4)Description of the procurement:
In regards to the scope of works to be completed within this contract, there are 4 main areas which need to be considered. These are as follows:
1. Site visits to inspect the full tower via various access points every 6 months.
2. Yearly review of the Tower main legs using CCTV Cameras fed down the internal legs and via rope access.
3. Supervision of the works that were omitted from the original Blackpool Tower Painting contract.
4. Identification of Future work required.
Tenderers should refer to the specification document (ITT section 2) for a full, detailed breakdown of the elements of work required in each of the 4 main areas identified.
Please note that any quantities or volumes stated are a guide only and can be subject to alteration. Should requirements, budgets or accommodations increase or decrease these will be subject to change.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Quality criterion - Name: Presentation / Weighting: 10
Quality criterion - Name: Financial Rationale / Weighting: 5
Price - Weighting: 25
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Start: 01/09/2017
This contract is subject to renewal: yes
Description of renewals:
This contract is expected to run between 1.9.2017 to 31.8.2019 with the option to extend for a further 2 plus 2 years.
II.2.9)Information about the limits on the number of candidates to be invited
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
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
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of 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
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 27/04/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 11/05/2017
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: 9 (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
VI.2)Information about electronic workflows
VI.3)Additional information:
The Contracting Authority expressly reserve the right: (i) Not to award any contract as a result of the procurement process commenced by the publication of this notice; (ii) To make whatever changes they may see fit to the content, process, timing and structure of the tendering competition; (iii) Not to evaluate any RTP responses received after the relevant deadline; (iv) To award 1 or more contracts in respect of part only of the requirements covered by this contract notice; (v) To procure the whole or any of the requirements covered by this contract notice by any other means they may see fit (including by way of a new procurement process); and in no circumstances will the Contracting Authority be liable for any costs incurred by those candidates participating in the procurement process. Variant bids may be permissible within the parameters to be set out in the Invitation to Tender documentation.
VI.4)Procedures for review
VI.4.1)Review body
The High Court of Justice of England & Wales
London
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
The Contracting Authority will incorporate a minimum 10 calendar day standstill period (‘Standstill Period’) at the point information on the award of the contract is communicated to the candidates. This period allows unsuccessful candidates to see further debriefing from the Contracting Authority before a contract is entered into. Unsuccessful candidates will have up to two working days from the notification of the award decision to request additional debriefing and such additional debriefing will be provided a minimum of 3 working days before the expiry of the Standstill Period. Such additional debriefing must be requested from the addressee specified in Section l. If an appeal regarding the award decision has not been successfully resolved, the Public Contracts Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the regulations to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly (generally within 3 months). Where a contact has not been entered into as a result of the procurement process, the Court may order the setting aside of the award decision or order the Contracting Authority to amend any document and the Court may award damages in favour of the claimant. The purpose of the Standstill Period is to allow persons to apply to the Courts to set aside the award decision before any contract is entered into.
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
22/03/2017