loading
  • GB-KA8 8BH Ayr
  • 26.04.2017
  • Ausschreibung
  • (ID 2-260005)

M&E Engineering Consultancy Services — Framework Agreement


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.04.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Bauleistung / allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.
    Leistungsumfang
    It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.
    Adresse des Bauherren UK-KA8 8BH Ayr
    TED Dokumenten-Nr. 109845-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Ayr: Engineering works and construction works

      2017/S 059-109845

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      South Ayrshire Council
      Newton House, 30 Green Street Lane
      Ayr
      KA8 8BH
      United Kingdom
      Telephone: +44 3001230900
      E-mail: MjIwXF5bT2FeUVlRWmAsX1thYFQZTWVeX1RVXlEaU1tiGmFX
      NUTS code: UKM37

      Internet address(es):

      Main address: http://www.south-ayrshire.gov.uk/procurement/

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405

      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
      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
      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: https://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:

       

      M&E Engineering Consultancy Services — Framework Agreement.

       

      Reference number: CE-75-16
      II.1.2)Main CPV code
      45220000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.

       

      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)
      71311000
      II.2.3)Place of performance
      NUTS code: UKM37
      II.2.4)Description of the procurement:

       

      It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 40
      Price - Weighting: 60
      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
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
      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
      List and brief description of conditions:

       

      It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below:

      Tenderers must be a member of The Association for Consultancy and Engineering or hold an equivalent accreditation.

       

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

       

      It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below:

      Insurances:

      Employers (Compulsory) Liability Insurance = 10 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies.

      Public Liability Insurance = 5 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate.

      Professional Indemnity Insurance = 2 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.

      Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.

      Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies.

      Financial Standing:

      The Council will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder's economic and financial standing.

      In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:

      A copy of the organisation's audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end.

      Or

      A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. Note if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below.

      Or

      If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.

      Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably).

      In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.

       

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

       

      Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements if appointed to the M&E Engineering Consultancy Services — Framework Agreement. The below requirements will be requested at the ‘Request For Documentation’ Stage:

      Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years.

      If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.

      Tenderers may also be required to provide:

      Technical Skills

      A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.

      Guidance

      The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.

      Technical Confirmation

      If available, copies of completion certificates or customers' written declaration which validates the examples you have provided.

      Guidance

      If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.

       

      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:

       

      Bidders must be able to provide both Mechanical and Electrical Engineering Consultancy services. A bid for either individual Electrical Engineering Consultancy services or individual Mechanical Engineering Consultancy services will not be accepted.

       

      III.2.2)Contract performance conditions:

       

      Due to the character restrictions of certain PCS notice fields, the full Contract Notice can be viewed in MS Word format within the attachments area of the PCS-Tender ITT.

       

      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
      Open 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: 26/04/2017
      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: 26/04/2017
      Local time: 12:00

      Section VI: Complementary information

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

       

      Next notice would be published in March 2021.

       

      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:

       

      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.

      Quality Control Requirements

      Tenderers may be required to provide the following for Quality Control requirements:

      Either:

      Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested.

      Or

      Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested.

      Guidance

      The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

      Quality Assurance/Health and Safety Requirements

      Tenderers may be required to provide the following for Quality Assurance/Health and Safety Requirements:

      Either:

      Option A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then a copy of the certificate may be requested.

      Or,

      Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested.

      Guidance

      Organisations with less than 5 employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7715. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      (SC Ref: 489014).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      South Ayrshire Council
      Newton House, 30 Green Street Lane
      Ayr
      KA8 8BH
      United Kingdom
      Telephone: +44 3001230900

      Internet address:http://www.south-ayrshire.gov.uk/procurement/

      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:
      22/03/2017
    © 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 24.03.2017
Zuletzt aktualisiert 24.03.2017
Wettbewerbs-ID 2-260005 Status Kostenpflichtig
Seitenaufrufe 40