loading
  • GB-PA31 8RT Lochgilphead
  • 23.10.2017
  • Ausschreibung
  • (ID 2-278468)

Rothesay TH and Dunoon CARS Design Team Framework.


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 23.10.2017, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung allgemeine Beratungsleistungen
    Sprache Englisch
    Aufgabe
    The Rothesay TH and Dunoon CARS schemes seek to revitalise key buildings within specific sections of both towns by offering grants to property owners to assist with the cost of making structural and external repairs to their historic buildings and shopfronts.
    Argyll and Bute Council wish to assist property owners by setting up a framework, which will allow property owners as well as the Council if required, to appoint a conservation accredited professional to act as their agent, to assist them with repairing their building and drawing down of grant from Rothesay TH or Dunoon CARS.
    Leistungsumfang
    This framework will allow property owners within the Rothesay TH scheme area, as well as the Council if required, to appoint a conservation accredited professional to act as their agent, to assist them with repairing their building and drawing down of grant from Rothesay TH.
    Adresse des Bauherren UK-PA31 8RT Lochgilphead
    TED Dokumenten-Nr. 370546-2017

  • Anzeigentext Ausschreibung

    maximieren

    • United Kingdom-Lochgilphead: Building consultancy services

      2017/S 181-370546

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Argyll and Bute Council
      Kilmory
      Lochgilphead
      PA31 8RT
      United Kingdom
      Telephone: +44 1546604239
      E-mail: MTNiaV5ma2IrXm1taWJfdj1eb2R2aWkqX3JxYitkbHMrcmg=
      NUTS code: UKM

      Internet address(es):

      Main address: http://www.argyll-bute.gov.uk

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00063

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: www.publictendersscotland.publiccontractsscotland.gov.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: 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:

       

      Rothesay TH and Dunoon CARS Design Team Framework.

       

      II.1.2)Main CPV code
      71315200
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Rothesay TH and Dunoon CARS schemes seek to revitalise key buildings within specific sections of both towns by offering grants to property owners to assist with the cost of making structural and external repairs to their historic buildings and shopfronts.

      Argyll and Bute Council wish to assist property owners by setting up a framework, which will allow property owners as well as the Council if required, to appoint a conservation accredited professional to act as their agent, to assist them with repairing their building and drawing down of grant from Rothesay TH or Dunoon CARS.

       

      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
      Maximum number of lots that may be awarded to one tenderer: 1
      II.2)Description
      II.2.1)Title:

       

      Dunoon — CARS Design Team

       

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71315200
      II.2.3)Place of performance
      NUTS code: UKM63
      Main site or place of performance:

       

      Dunoon, Cowal.

       

      II.2.4)Description of the procurement:

       

      This framework will allow property owners within the Dunoon CARS scheme area, as well as the Council if required, to appoint a conservation accredited professional to act as their agent, to assist them with repairing their building and drawing down of grant from Dunoon CARS.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      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: yes
      Description of renewals:

       

      There is an option for the Council to extend this framework for an additional period until the relevant grant cut-off date — The Dunoon CARS scheme runs from 1.4.2017 to 31.3.2022.

       

      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
      II.2)Description
      II.2.1)Title:

       

      Rothesay TH — Design Team

       

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71315200
      II.2.3)Place of performance
      NUTS code: UKM63
      Main site or place of performance:

       

      Rothesay, Isle of Bute.

       

      II.2.4)Description of the procurement:

       

      This framework will allow property owners within the Rothesay TH scheme area, as well as the Council if required, to appoint a conservation accredited professional to act as their agent, to assist them with repairing their building and drawing down of grant from Rothesay TH.

       

      II.2.5)Award criteria
      Price is not the only award criterion and all criteria are stated only in the procurement documents
      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: yes
      Description of renewals:

       

      There will be an option for the Council to extend this framework until the relevant grant cut-off date — the Rothesay TH Scheme runs from 1.10.2017 to 30.9.2022.

       

      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
      List and brief description of conditions:

       

      Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

      Bidders must confirm if they hold the particular authorisation or memberships, to enable them to carry out the scope of the contract as detailed in part II.2.4 of the OJEU contract notice.

      It is a specific requirement of this contract that persons responsible for carrying out the contract, or intended subcontractor(s), must have membership of, and be Conservation Accredited with, one of the following organisation(s):

      — Royal Incorporation of Architects in Scotland (RIAS),

      — Royal Institute of British Architects (RIBA),

      — Royal Institution of Chartered Surveyors (RICS).

      If bidders intend to subcontract such work they must confirm that any subcontractors will be registered with the appropriate scheme(s).

      If bidders do not commit to ensuring that they, their proposed sub-contractors, or their future sub-contractors have the required membership they may not be taken forward in this procurement exercise.

       

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

       

      Bidders will be required to have a minimum ‘general’ yearly turnover of 180 000 GBP for the last 2 years:

      Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.

      Financial Status — To establish the financial standing of a bidder, the Council will firstly take into account a risk report provided independently by KeyNotes. Within such reports, the risk of a business failure is expressed on a scale of 1 (maximum risk) to 5 (minimum risk). In the event that a bidder is determined to have a risk failure rating of 3 and under i.e. that the bidder is considered to have a high risk of business failure, Argyll and Bute Council reserves the right to request further information, as in our sole discretion, considered necessary for the purpose of ensuring that the bidder has the financial capacity to deliver any contract awarded as a result of the tender exercise. Should the further information fail to satisfy the Council of the economic standing of the bidder then such bidder may be excluded from further competition.

       

      Minimum level(s) of standards possibly required:

       

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

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

      Public Liability Insurance = 5 000 000 GBP.

      Professional Indemnity Insurance = 5 000 000 GBP.

      http://www.hse.gov.uk/pubns/hse40.pdf

       

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

       

      Bidders will be required to provide between 3 and 5 examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice. Examples should only be provided in the template attached to Question 1.76.2 of the Qualification Envelope.

       

      Minimum level(s) of standards possibly required:

       

      Quality Management Procedures and Health and Safety Procedures minimum standards are detailed within the ‘Tender Assessment and Evaluation’ attachment uploaded to PCST.

       

      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
      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
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      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: 23/10/2017
      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: 23/10/2017
      Local time: 12:00

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      The procurement process is being run by Argyll and Bute Council on behalf of the Clients — the heritable proprietors of the buildings that are subject to priority funding or small grant funding under the Rothesay TH scheme or Dunoon CARS scheme, or any group representing them. Client may also refer to Argyll and Bute Council or Visit Scotland, if either of these organisations choose to utilise this framework in relation to Rothesay TH or Dunoon CARS.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9031. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

      Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

      A summary of the expected community benefits has been provided as follows:

      A non-evaluated Community Benefits Clause is included within this tender:

      Argyll and Bute Council is committed to maximising Community Benefits from its procurement activities in order to build economic, social or environmental conditions into the delivery of Council contracts.

      In the Tender Submission, the bidder will be required to detail any social, economic and environmental benefits associated with contract performance during the contract term in the event of their appointment.

      If there will be no Community Benefits, the bidder should state this in the submission. If there will be Community Benefits, the Tender Submission should include a methodology/plan/statement as to how this will be delivered.

      Under this procurement exercise, the Community Benefits Information will in no way be scored/evaluated/taken into account beyond the requirement that the Community Benefits Information is included in the bidder's Tender Submission.

      While the Community Benefits Information will in no way be scored/evaluated/taken into account beyond the requirement that it is included in the bidder's Tender Submission, if the Community Benefits Information contains any Community Benefits, these will be enforceable as part of the contract. Accordingly, where a contract is awarded to a bidder whose Tender Submission included Community Benefits, the bidder will be required to deliver those Community Benefits as part of the contract.

      (SC Ref:511427).

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Argyll and Bute Council
      Kilmory
      Lochgilphead
      PA31 8RT
      United Kingdom
      Telephone: +44 1546604239

      Internet address:http://www.argyll-bute.gov.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
    © 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 21.09.2017
Zuletzt aktualisiert 21.09.2017
Wettbewerbs-ID 2-278468 Status Kostenpflichtig
Seitenaufrufe 55