Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Additional information can be obtained from the abovementioned address
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.mytenders.co.uk/Default.aspx
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:
Health and Safety Consultancy Services.
Reference number: QR20681
II.1.2)Main CPV code
71317210
II.1.3)Type of contract
Services
II.1.4)Short description:
Harris Federation is inviting tenders for the provision of Health and Safety Consultancy Services at its existing Head Office, Academies and Sites, along with any new Academies and Sites that join the Harris Federation during the contract period.
II.1.5)Estimated total value
Value excluding VAT: 400 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
NUTS code: UKI
II.2.4)Description of the procurement:
Harris Federation is inviting tenders for the provision of Health and Safety Consultancy Services at its existing Head Office, Academies and Sites, along with any new Academies and Sites that join the Harris Federation during the contract period.
II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality / Weighting: 60
Cost criterion - Name: Cost / Weighting: 40
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Option to extend for 1 year.
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
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents
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:
Provide details (including qualifications) of all Health and Safety Consultants that would be used to deliver the contract.
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedure
Open procedure
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: 18/10/2017
Local time: 18:00
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
Tender must be valid until: 04/12/2017
IV.2.7)Conditions for opening of tenders
Date: 19/10/2017
Local time: 11:00
Place:
Harris Federation, 4th Floor Norfolk House, Wellesley Road, Croydon, CR0 1LH.
Information about authorised persons and opening procedure:
All bids will be opened/downloaded at the same time in the presence of the Federation Group Health and Safety Manager and Procurement Lead. The results will then be presented to the Federation Projects Director and the Federation Finance Director to confirm the appointment of the most economically advantageous bid based on the scores awarded during the evaluation process.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Note: To register your interest in this notice and obtain any additional information please visit the myTenders Web Site at http://www.myTenders.org/Search/Search_Switch.aspx?ID=200955
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.myTenders.org/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(MT Ref: 200955).
VI.4)Procedures for review
VI.4.1)Review body
Harris Federation
4th Floor Norfolk House, Wellesley Road
Croydon
CR0 1LH
United Kingdom
Telephone: +44 2082537777
Fax: +44 2082537778
Internet address:www.harrisfederation.org.uk
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
18/09/2017