loading
  • GB-NR7 0HS Norwich
  • 15.05.2017
  • Ausschreibung
  • (ID 2-262682)

RM 3816 Estates Professional Services


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 15.05.2017, 15:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung Studien, Gutachten / Objektplanung Verkehrsanlagen / Energieplanung/ -beratung / allgemeine Beratungsleistungen / Technische Ausrüstung / Bauleitung, Objektüberwachung / Brandschutz / Sicherheits-/ Gesundheitsschutz / Kostenmanagement / sonstige / Objektplanung Ver-/ Entsorgung / Umweltverträglichkeitsstudie / Stadt-/ Gebietsplanung
    Sprache Englisch
    Aufgabe
    Crown Commercial Service as the Contracting Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
    The above Public Sector Bodies have a need for the professional management, advice guidance, negotiation and assistance on land, property and estates issues.
    The Services covered are divided into the following Lots:
    1) National;
    2) Regional Panels:
    Regional Panel 2A — East Anglia,
    Regional Panel 2B — East and West Midlands,
    Regional Panel 2C — London and South East England,
    Regional Panel 2D — North East England,
    Regional Panel 2E — North West England and North Wales,
    Regional Panel 2F — Northern Ireland,
    Regional Panel 2G — Scotland,
    Regional Panel 2H — South Wales and South West England;
    Lot 3 Vertical Real Estates (VRE);
    Lot 4 Facilities Management and Property Services (Procurement Managed Service).
    Potential Providers have the opportunity to bid for all or any combination of the 4 Lots. Where a Potential Provider is successful in Lot 1 and Lot 2 the Potential Provider will only be awarded a place on Lot 1. Potential Providers have the opportunity to bid for all or any combination of Regional Panels in Lot 2. The maximum number of Regional Panels that a Potential Provider will be awarded is 3. Where a Potential Provider is successful in more than 3 Regional Panels the Potential Provider will be awarded only 3 according to the Potential Provider's order of preference. In this instance the next ranking Potential Provider will take its place in the other Regional Panels.
    Potential Providers that are bidding independently for Lots 1 and or Lot 2 should not also bid for these Lots as a member of a Group of Economic Operators. Potential Providers doing so will be required to withdraw the independent bid or the bid may be considered to be non-compliant or the Authority may require the Potential Providers place in the Group of Economic Operators to be removed. For the avoidance of doubt any Potential Provider that decides to bid both independently and as part of a consortia then the Authority reserves the right to exclude any bid where it has sufficiently plausible indications that the bid distorts competition.
    Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).
    The Authority reserves the right to Award all Lots or any combination thereof. The Lots may be awarded independently and at different times e.g. if the Authority were to be facing a potential challenge for Lot 4, the Authority would still award (following the conclusion of the mandatory standstill period) the other Lots. The Authority would then award Lot 4 at a later date.
    With reference to the Fixed Number shown in II.1.4 Potential Providers should be aware that may be certain circumstances (such as dead heat in scoring) where the number of Suppliers Awarded a place on the Framework Agreement may increase above this number. The process for this is detailed in the Invitation To Tender.
    Potential suppliers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:
    https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance
    The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
    The duration referenced in Section II.1.4 is for the placing of orders.
    The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
    Leistungsumfang
    The Services covered are divided into the following Lots:
    1) National;
    2) Regional Panels:
    Regional Panel 2A — East Anglia,
    Regional Panel 2B — East and West Midlands,
    Regional Panel 2C — London and South East England,
    Regional Panel 2D — North East England,
    Regional Panel 2E — North West England and North Wales,
    Regional Panel 2F — Northern Ireland,
    Regional Panel 2G — Scotland,
    Regional Panel 2H — South Wales and South West England;
    Lot 3 Vertical Real Estates (VRE);
    Lot 4 Facilities Management and Property Services (Procurement Managed Service).
    The value provided in Section II.1.4 is only an estimate.
    Estimated value excluding VAT: 430 000 000 GBP
    Adresse des Bauherren UK-NR7 0HS Norwich
    TED Dokumenten-Nr. 146268-2017

  • Anzeigentext Ausschreibung

    maximieren

    •  

      United Kingdom-Norwich: Real estate services

      2017/S 075-146268

      Contract notice

      Services

      Directive 2004/18/EC

      Section I: Contracting authority

      I.1)Name, addresses and contact point(s)

      The Minister for the Cabinet Office acting through Crown Commercial Service
      Rosebery Court, Thorpe St Andrew's Business Park
      NR7 0HS Norwich
      United Kingdom
      Telephone: +44 3450103503
      E-mail: MThdcGhqXWtrYWdmZ15hZmxdal1rbDhbamdvZltnZWVdalthWWQmX2duJm1jMjExWlpjVldhWmJaY2k1WGdkbGNYZGJiWmdYXlZhI1xkayNqYA==

      Internet address(es):

      General address of the contracting authority: http://www.gov.uk/ccs

      Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk

      Further information can be obtained from: The above mentioned contact point(s)

      Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

      Tenders or requests to participate must be sent to: The above mentioned contact point(s)

      I.2)Type of the contracting authority
      Ministry or any other national or federal authority, including their regional or local sub-divisions
      I.3)Main activity
      Other: Public Procurement
      I.4)Contract award on behalf of other contracting authorities

      Section II: Object of the contract

      II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority:
      RM 3816 Estates Professional Services.
      II.1.2)Type of contract and location of works, place of delivery or of performance
      Services
      Service category No 27: Other services
      Main site or location of works, place of delivery or of performance: Primarily in the UK with some limited requirements overseas.

      NUTS code UK

      II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
      The notice involves the establishment of a framework agreement
      II.1.4)Information on framework agreement
      Framework agreement with several operators
      maximum number of participants to the framework agreement envisaged: 60

      Duration of the framework agreement

      Duration in years: 4

      Estimated total value of purchases for the entire duration of the framework agreement

      Estimated value excluding VAT: 430 000 000 GBP
      II.1.5)Short description of the contract or purchase(s)
      Crown Commercial Service as the Contracting Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.
      The above Public Sector Bodies have a need for the professional management, advice guidance, negotiation and assistance on land, property and estates issues.
      The Services covered are divided into the following Lots:
      1) National;
      2) Regional Panels:
      Regional Panel 2A — East Anglia,
      Regional Panel 2B — East and West Midlands,
      Regional Panel 2C — London and South East England,
      Regional Panel 2D — North East England,
      Regional Panel 2E — North West England and North Wales,
      Regional Panel 2F — Northern Ireland,
      Regional Panel 2G — Scotland,
      Regional Panel 2H — South Wales and South West England;
      Lot 3 Vertical Real Estates (VRE);
      Lot 4 Facilities Management and Property Services (Procurement Managed Service).
      Potential Providers have the opportunity to bid for all or any combination of the 4 Lots. Where a Potential Provider is successful in Lot 1 and Lot 2 the Potential Provider will only be awarded a place on Lot 1. Potential Providers have the opportunity to bid for all or any combination of Regional Panels in Lot 2. The maximum number of Regional Panels that a Potential Provider will be awarded is 3. Where a Potential Provider is successful in more than 3 Regional Panels the Potential Provider will be awarded only 3 according to the Potential Provider's order of preference. In this instance the next ranking Potential Provider will take its place in the other Regional Panels.
      Potential Providers that are bidding independently for Lots 1 and or Lot 2 should not also bid for these Lots as a member of a Group of Economic Operators. Potential Providers doing so will be required to withdraw the independent bid or the bid may be considered to be non-compliant or the Authority may require the Potential Providers place in the Group of Economic Operators to be removed. For the avoidance of doubt any Potential Provider that decides to bid both independently and as part of a consortia then the Authority reserves the right to exclude any bid where it has sufficiently plausible indications that the bid distorts competition.
      Crown Commercial Service reserves the right for an electronic auction to be held by Public Sector bodies during further competition among the parties to the Framework Agreement(s).
      The Authority reserves the right to Award all Lots or any combination thereof. The Lots may be awarded independently and at different times e.g. if the Authority were to be facing a potential challenge for Lot 4, the Authority would still award (following the conclusion of the mandatory standstill period) the other Lots. The Authority would then award Lot 4 at a later date.
      With reference to the Fixed Number shown in II.1.4 Potential Providers should be aware that may be certain circumstances (such as dead heat in scoring) where the number of Suppliers Awarded a place on the Framework Agreement may increase above this number. The process for this is detailed in the Invitation To Tender.
      Potential suppliers should note that, in accordance with the UK Government's policies on transparency, Crown Commercial Service intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of Crown Commercial Service. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority. Further information on transparency can be found at:

      https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance

      The Contracting Authority expressly reserves the right (i) not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) to make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates. If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body. The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement.
      The duration referenced in Section II.1.4 is for the placing of orders.
      The value provided in Section II.1.4 is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
      II.1.6)Common procurement vocabulary (CPV)

      70000000322000003221000032233000322600003242400032429000325300003253100064210000642162007010000070110000701110007011200070120000701210007012110070121200701220007012210070122110701222007012221070123000701231007012320070130000702000007021000070220000703000007031000070311000703200007032100070322000703300007033100070331100703320007033210070332200703323007033300071314300713151007131520071315210713153007131540071317100713172107132400071621000718000007511210079211120793130007934000079342400794180007941900079421000799330007999400090711200907113009071150090712100907131009071400090714200

      II.1.7)Information about Government Procurement Agreement (GPA)
      The contract is covered by the Government Procurement Agreement (GPA): yes
      II.1.8)Lots
      This contract is divided into lots: yes
      Tenders may be submitted for one or more lots
      II.1.9)Information about variants
      Variants will be accepted: no
      II.2)Quantity or scope of the contract
      II.2.1)Total quantity or scope:
      The Services covered are divided into the following Lots:
      1) National;
      2) Regional Panels:
      Regional Panel 2A — East Anglia,
      Regional Panel 2B — East and West Midlands,
      Regional Panel 2C — London and South East England,
      Regional Panel 2D — North East England,
      Regional Panel 2E — North West England and North Wales,
      Regional Panel 2F — Northern Ireland,
      Regional Panel 2G — Scotland,
      Regional Panel 2H — South Wales and South West England;
      Lot 3 Vertical Real Estates (VRE);
      Lot 4 Facilities Management and Property Services (Procurement Managed Service).
      The value provided in Section II.1.4 is only an estimate.
      Estimated value excluding VAT: 430 000 000 GBP
      II.2.2)Information about options
      Options: no
      II.2.3)Information about renewals
      II.3)Duration of the contract or time limit for completion
      Duration in months: 48 (from the award of the contract)

      Information about lots

      Lot No: 1 Lot title: National
      1)Short description
      The Supplier shall deliver all mandatory services, including but not limited to professional management, workplace planning and space optimisation including but not limited to demand assessment and capacity testing; advice, guidance, negotiation and assistance on land, property and estates issues, on a national basis. International services shall be provided as an optional service.
      2)Common procurement vocabulary (CPV)

      70000000907112007020000070331100701200007132400090711500907140007021000070321000703220007033000070332300703330007012120070122200713172109071210070123200703000007180000070111000703321007993300075112100701220007131430071315400794210007934240070122210702200007031000071621000701120007012110070122100713151009071130070123000703110007033200079211120701100007012211071315210907131007012310070331000703322007010000070121000713171009071420070130000703200007131520071315300

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 2 Lot title: Regional Panel 2A — East Anglia
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007012320070121200701110007010000070121000703200007012210070321000703320007033220070210000701222007022000070122110702000007033110070331000701230007012221070310000701300007011000070121100701220007030000070123100703110007032200070120000701120007033210070330000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot title: Regional Panel 2B — East and West Midlands
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007012120070332200702100007011000070122110703200007012220070130000701221007033110070123100703220007012000070330000703000007011200070332100701220007011100070321000701222107031100070310000701211007020000070123000702200007010000070121000701232007033100070332000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot title: Regional Panel 2C — London and South East
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007012320070100000701221107012100070321000701300007012310070210000703100007012300070112000703320007033100070332100702000007012200070332200701212007030000070110000701200007012221070121100703200007011100070311000703220007033110070122200703300007022000070122100

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot title: Regional Panel 2D — North East England
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007011000070123200701210007020000070322000703110007013000070220000703210007012200070122200702100007033210070123100703322007030000070123000701221007012221070121100701000007033110070310000703320007012120070331000701200007033000070112000701110007012211070320000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot title: Regional Panel 2E — North West England and North Wales
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007032000070123000703110007032200070330000701210007012200070100000703321007033110070300000702200007020000070321000701211007012210070332000702100007012221070110000701231007012320070122200703322007031000070331000701221107013000070120000701110007012120070112000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot title: Regional Panel 2F — Northern Ireland
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007032200070112000703310007012221070122200701231007012200070100000701200007012110070123000703000007012120070320000703210007012320070122100703320007021000070331100701221107011100070332100702200007012100070200000701100007031100070130000703100007033000070332200

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot title: Regional Panel 2G — Scotland
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007012000070122100701222007012200070100000701100007013000070332000701210007031100070112000703321007022000070200000702100007012221070322000701231007012211070331000701230007031000070330000703200007033220070300000701211007012320070111000703311007012120070321000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot title: Regional Panel 2H — South Wales and South West England
      1)Short description
      Services that are mandatory or optional. Potential Providers shall deliver Services, including but not limited to professional management, advice, guidance, negotiation and assistance on property and estates issues, on a regional basis.
      2)Common procurement vocabulary (CPV)

      700000007012120070122210703210007031000070122200703000007032000070121100701120007032200070122110701110007012200070122100702000007031100070330000703320007022000070210000701210007013000070123200703322007012000070332100701231007012300070331100703310007010000070110000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 3 Lot title: Vertical Real Estate (VRE)
      1)Short description
      The Potential Provider shall deliver all applicable Services, including but not limited to administration of the VRE projects, supporting Digital Strategy, on a national basis.
      2)Common procurement vocabulary (CPV)

      70000000702200003220000079211120703320003223300032530000793400007033230064216200701000007033220071621000325310003221000032260000324240007013000070300000642100003242900070200000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots
      Lot No: 4 Lot title: Facilities Management and Property Services (Procurement Managed Service)
      1)Short description
      The Potential Provider shall deliver all applicable Services, including but not limited to:
      Full end-to-end managed procurement service;
      Procurement strategy development;
      Procurement and project management advice ensuring timely activity;
      Option analysis;
      Development of customer business case; for Central Government Departments, assist with the Cabinet Office Controls Process;
      Asset verification and condition surveys;
      Compiling asset information for population to the data pack, service matrix, cost models, KPI's and ITT documentation;
      Managing the procurement process and overseeing the mobilisations process;
      Agreeing the contract terms and conditions with the the client;
      Management of contractors/ suppliers, on a national basis.
      2)Common procurement vocabulary (CPV)

      700000006617100072246000712410006612100079200000794000006652300072200000982000007131130072266000722200007931140066519600718000007210000072600000

      3)Quantity or scope
      4)Indication about different date for duration of contract or starting/completion
      5)Additional information about lots

      Section III: Legal, economic, financial and technical information

      III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Participants will be advised if this is necessary during the procurement. Parent company and/or other guarantees of performance and financial liability may be required by Crown Commercial Service if considered appropriate.
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      No special legal form is required but if a contract is awarded to a consortium, the Contracting Authority may require the consortium to form a legal entity before entering into the Framework Agreement.
      III.1.4)Other particular conditions
      III.2)Conditions for participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
      Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’).
      This procurement will be managed electronically via the Crown Commercial Service's e-Sourcing Suite. To participate in this procurement, participants must first be registered on the e-Sourcing Suite.

      If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers

      Once you have registered on the eSourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing MjE3NGdfYVRiYlheXT5VOF1jVGFUYmMvUmFeZl1SXlxcVGFSWFBbHVZeZR1kWg==

      Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the registered supplier; and the name and contact details for the registered individual sending the email. Crown Commercial Service will process the email and then enable the supplier to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done.
      As a user of the e-Sourcing Suite you will have access to the Emptoris messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event. Please note it is your responsibility to access these messages on a regular basis to ensure you have sight of all relevant information.

      For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: MjEwWztkV1hiW2NbZGo2WWhlbWRZZWNjW2hZX1diJF1lbCRrYQ==

      Responses must be published by the date in IV.3.4.
      III.2.2)Economic and financial ability
      Information and formalities necessary for evaluating if the requirements are met: Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’).

      The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

      The Contracting Authority may take into account any of the following information:
      (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
      (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
      (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.
      III.2.3)Technical capacity
      Information and formalities necessary for evaluating if the requirements are met:
      Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’).

      The ITT can be accessed at: https://gpsesourcing.cabinetoffice.gov.uk using the instructions detailed in III.2.1

      The Contracting Authority may have regard to any of the following means in its assessment:
      (a) a list of the principal deliveries effected or the main services provided in the past 2 years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: — where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, — where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
      (b) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
      (c) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      III.2.4)Information about reserved contracts
      III.3)Conditions specific to services contracts
      III.3.1)Information about a particular profession
      Execution of the service is reserved to a particular profession: no
      III.3.2)Staff responsible for the execution of the service

      Section IV: Procedure

      IV.1)Type of procedure
      IV.1.1)Type of procedure
      Open
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
      IV.1.3)Reduction of the number of operators during the negotiation or dialogue
      IV.2)Award criteria
      IV.2.1)Award criteria

      The most economically advantageous tender in terms of the criteria stated below

      1. Price. Weighting 55

      2. Quality. Weighting 45

       

      IV.2.2)Information about electronic auction
      An electronic auction will be used: no
      IV.3)Administrative information
      IV.3.1)File reference number attributed by the contracting authority:
      RM3816
      IV.3.2)Previous publication(s) concerning the same contract

      Prior information notice

      Notice number in the OJEU: 2016/S 195-352307 of 8.10.2016

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
      Payable documents: no
      IV.3.4)Time limit for receipt of tenders or requests to participate
      15.5.2017 - 15:00
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
      English.
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender
      in days: 120 (from the date stated for receipt of tender)
      IV.3.8)Conditions for opening of tenders

      Place:

      Electronically, via web-based portal

       

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about European Union funds
      The contract is related to a project and/or programme financed by European Union funds: no
      VI.3)Additional information
      Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
      Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:

      https://www.ons.gov.uk/economy/nationalaccounts/uksectoraccounts/datasets/publicsectorclassificationguide

      Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement.
      Local Authorities

      https://www.ons.gov.uk/economy/nationalaccounts/uksectora ccounts/datasets/publicsectorclassificationguide

      http://openlylocal.com/councils/all

      http://www.idea.gov.uk/idk/org/la-data.do

      www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council. https://www.gov.uk/find-local-council

      NDPBs

      https://www.gov.uk/government/organisations

      National Parks Authorities

      http://www.nationalparks.gov.uk/

      Educational Establishments in England and Wales, maintained by the Department for Children, Schools and Families including Schools, Universities and Colleges but not Independent Schools

      http://www.education.gov.uk/edubase/home.xhtml

      http://www.hefce.ac.uk/workprovide/unicoll/

      http://www.uniswales.ac.uk/universities/

      http://www.collegeswales.ac.uk/Find-a-College

      Police Forces in the United Kingdom

      http://www.police.uk/?view=force_sites

      http://apccs.police.uk/about-the-apcc/

      Fire and Rescue Services in the United Kingdom

      http://www.fireservice.co.uk/information/ukfrs

      http://www.nifrs.org/areas-districts/

      http://www.firescotland.gov.uk/your-area.aspx

      NHS Bodies England

      http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx

      http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx

      http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx

      http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx

      http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx

      http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx

      Hospices in the UK

      http://www.helpthehospices.org.uk/about-hospice-care/find-a-hospice/uk-hospice-and-palliative-care-services/

      https://www.hospiceuk.org/?gclid=COiD1Kv_39ACFaQV0wo dQHgILg http://www.nahf.org.uk/hospice-directory.html

      Registered Social Landlords (Housing Associations)
      Third Sector and Charities in the United Kingdom

      http://www.charitycommission.gov.uk/find-charities/

      http://www.oscr.org.uk/search-charity-register/

      https://www.charitycommissionni.org.uk/ShowCharity/RegisterOfCharities/RegisterHomePage.aspx

      https://www.gov.uk/government/publications/currentregistered-providers-of-social-housing

      Citizens Advice in the United Kingdom

      http://www.citizensadvice.org.uk/index/getadvice.htm

      www.cas.org.uk

      http://www.citizensadvice.co.uk/

      Scottish Public Bodies
      The Framework Agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.

      Scottish Government http://www.scotland.gov.uk/Home Scottish Parliament http://www.scottish.parliament.uk/abouttheparliament/27110.aspx Scottish Public Services Ombudsman Scottish Information Commissioner Commissioner for Children and Young People in Scotland Scottish Commission for Human Rights Commission for Ethical Standards in Public Life in Scotland Standards Commission for Scotland Scottish Local Authorities http://www.scotland.gov.uk/About/Government/councils http://www.scotland-excel.org.uk/home/AboutUs/OurMembers/AssociateMembers.aspx Scottish Agencies, NDPBs http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies Scottish NHS Bodies http://www.scotland.gov.uk/Topics/Health/NHS-Workforce/NHS-Boards Scottish Further and Higher Education Bodies http://www.universities-scotland.ac.uk/index.php?page=membershttp://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges.aspx Scottish Police http://www.scotland.police.uk/your-community/ Scottish Housing Associations http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/ The Scotland Office http://www.scotlandoffice.gov.uk/scotlandoffice/33.30.html Registered Social Landlords (Housing Associations) — Scotland

      Scottish Schools Primary Schools

      http://www.ltscotland.org.uk/scottishschoolsonline/index.asp? schoolsearchstring=&addresssearchstring=&authority=&strTypes=isprimaryschool&bSubmit=1&Submit=Search

      Secondary Schools

      http://www.ltscotland.org.uk/scottishschoolsonline/index.asp? schoolsearchstring=&addresssearchstring=&authority=&strTypes=issecondaryschool&bSubmit=1&Submit=Search

      Special Schools

      http://www.ltscotland.org.uk/scottishschoolsonline/index.asp? schoolsearchstring=&addresssearchstring=&authority=&strTypes=isspecial&bSubmit=1&Submit=Search

      Scottish Public Bodies
      National Records of Scotland
      Historic Scotland
      Disclosure Scotland
      Registers of Scotland
      Scottish Qualification Authority
      Scottish Courts Service
      Scottish Prison Service
      Transport Scotland
      The Scottish Government Core Directorates
      Highlands and Islands Enterprise
      Crown Office & Procurator Fiscal Service
      Scottish Police Authority
      National Museums of Scotland
      Scottish Children's Reporter Administration
      Scottish Enterprise
      Scottish Environment Protection Agency
      Scottish Legal Aid Board
      Scottish Natural Heritage
      Skills Development Scotland
      Visit Scotland
      Aberdeen City Council
      Aberdeenshire Council
      Angus Council
      Argyll and Bute Council
      City of Edinburgh Council
      Clackmannanshire Council
      Comhairle nan Eilean Siar
      Dumfries and Galloway Council
      Dundee City Council
      East Ayrshire Council
      East Dunbartonshire Council
      East Lothian Council
      East Renfrewshire Council
      Falkirk Council
      Fife Council
      Glasgow City Council
      Highland Council
      Inverclyde Council
      Midlothian Council
      Moray Council,
      The North Ayrshire Council
      North Lanarkshire Council
      Orkney Islands Council
      Perth and Kinross Council
      Renfrewshire Council
      Scottish Borders Council
      Shetland Islands Council
      South Ayrshire Council
      South Lanarkshire Council
      Stirling Council
      West Dunbartonshire Council
      West Lothian Council
      Central Scotland Fire and Rescue Service
      Dumfries and Galloway Fire and Rescue Service
      Fife Fire and Rescue Service
      Grampian Fire and Rescue Service
      Highlands and Islands Fire and Rescue Service
      Lothian and Borders Fire and Rescue Service
      Strathclyde Fire and Rescue Service
      Tayside Fire and Rescue Service
      Golden Jubilee Hospital (National Waiting Times Centre Board)
      NHS 24
      NHS Ayrshire and Arran
      NHS Borders
      NHS Dumfries and Galloway
      NHS Education for Scotland
      NHS Fife
      NHS Forth Valley
      NHS Grampian
      NHS Greater Glasgow and Clyde
      NHS Health Scotland
      NHS Highland
      NHS Lanarkshire
      NHS Lothian
      NHS Orkney
      Healthcare Improvement Scotland
      NHS Shetland
      NHS Tayside
      NHS Western Isles
      Scottish Ambulance Service
      The Common Services Agency for the Scottish Health Service
      The State Hospital for Scotland
      Aberdeen College
      Adam Smith College
      Angus College
      Anniesland College
      Ayr College
      Banff and Buchan College
      Barony College
      Borders College
      Cardonald College
      Carnegie College
      Central College of Commerce
      Clydebank College
      Coatbridge College
      Cumbernauld College
      Dumfries and Galloway College
      Dundee College
      Edinburghs Telford College
      Elmwood College
      Forth Valley College
      Glasgow College of Nautical Studies
      Glasgow Metropolitan College
      Inverness College
      James Watt College
      Jewel and Esk College
      John Wheatley College
      Kilmarnock College
      Langside College
      Lews Castle College
      Moray College
      Motherwell College
      Newbattle Abbey College
      North Glasgow College
      North Highland College
      Oatridge College
      Orkney College
      Perth College
      Reid Kerr College
      Sabhal Mor Ostaig
      Shetland College
      South Lanarkshire College
      Stevenson College
      Stow College
      West Lothian College
      Edinburgh College of Art
      Edinburgh Napier University
      Glasgow Caledonian University
      Glasgow School of Art
      Heriot-Watt University
      Queen Margaret University
      Robert Gordon University
      Royal Scottish Academy of Music and Drama
      Scottish Agricultural College
      UHI Millennium Institute
      University of Aberdeen
      University of Abertay Dundee
      University of Dundee
      University of Edinburgh
      University of Glasgow
      University of St Andrews
      University of Stirling
      University of Strathclyde
      University of the West of Scotland
      Cairngorms National Park Authority
      Office of Scottish Charity Regulator
      Forestry Commission Scotland
      Audit Scotland
      Welsh Public Bodies
      National Assembly for Wales,

      Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by: http://www.assemblywales.org/abthome/abt-links.htm http://new.wales.gov.uk/about/civilservice/directorates/?lang=en NHS Wales http://www.wales.nhs.uk/ourservices/directory Housing Associations — Registered Social Landlords Wales NI Public Bodies Northern Ireland Government Departments http://www.northernireland.gov.uk/gov.htm Northern Ireland Public Sector Bodies and Local Authorities http://www.northernireland.gov.uk/az2.htm Schools in Northern Ireland http://www.nidirect.gov.uk/index/search.lsim?sr=0&nh=10&cs=iso-8859-1&sc=nidirectcms&sm=0&mt=1&ha=nidirect-cms&cat=Banner&qt=SCHOOLS Universities in Northern Ireland http://www.deni.gov.uk/links.htm#colleges Health and Social care in Northern Ireland http://www.hscni.net/index.php?link=hospitals http://www.hscni.net/index.php?link=boardshttp://www.hscni.net/index.php?link=agencies http://www.hscni.net/index.php?link=councils Northern Ireland Housing Associations http://www.nidirect.gov.uk/index/contacts/contacts-az.htm/housing-associations-contact Police Service of Northern Ireland http://www.psni.police.uk/index.htm

      Entities which are not public sector bodies may also use the Framework Agreements if the Authority is satisfied that: such entity is calling off Goods and Services directly, solely and exclusively in order to satisfy contractual obligations to one (1) or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account; all Goods and Services to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector body(-ies); and it will pass the benefit of the Call-Off Contract to such public sector body(-ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body(-ies), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
      This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
      (i) financed wholly or mainly by another Contracting Authority (listed above in this section VI.3) of this
      notice;
      (ii) subject to management supervision by another Contracting Authority (listed above in this section
      VI.3) of this notice; or
      (iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another Contracting Authority (listed above in this section VI.3) of this notice;
      (iv) an association of or formed by one (1) or more of the Contracting Authorities (listed above in this section VI.3) of this notice.
      From 2.4.2014 the Government is introduced its new Government Security Classifications (GSC) classification scheme to replace the Government Protective Marking Scheme (GPMS). A key aspect of this is the reduction in the number of security classifications used. All potential suppliers should make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC:

      https://www.gov.uk/government/publications/government-security-classifications

      Some Contracts related to a Project and/or Programme maybe Financed by EU Funds and this will be specified by Contracting Authorities at Call Off. Project(s) and/or Programmes include but are not limited to;

      European Regional Development Funding ERIF https://www.gov.uk/government/publications/draft-european-regional-development-fund-operational-programme-2014-to-2020

      European Structural Investment Funds ESIF https://www.gov.uk/european-structural-investment-funds

      http://ec.europa.eu/regional_policy/en/funding/

      VI.4)Procedures for appeal
      VI.4.1)Body responsible for appeal procedures
      VI.4.2)Lodging of appeals
      Precise information on deadline(s) for lodging appeals: There is no right of appeal in this procurement. If you have a complaint or seek to challenge the outcome, please follow the guidance on procedure contained in the previous section.
      VI.4.3)Service from which information about the lodging of appeals may be obtained
      VI.5)Date of dispatch of this notice:
      12.4.2017
    © 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 18.04.2017
Zuletzt aktualisiert 18.04.2017
Wettbewerbs-ID 2-262682 Status Kostenpflichtig
Seitenaufrufe 49