Directive 2014/24/EU
Section I: Contracting authority
I.2)Joint procurement
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://etendersni.gov.uk/epps
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Environment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
DfC 1188341- Historic Environment Division Specialist Services Management Contract
II.1.2)Main CPV code
71221000
II.1.3)Type of contract
Services
II.1.4)Short description:
The contract will be used by the department for communities, historic environment division to obtain specialist advice to inform future conservation schemes within the historic and listed building estate. The following services will be provided over a 2 years period with the facility to extend annually for a further 2 periods of 1 year each up to a maximum of 4 years:
— specialist engineering advice,
— specialist landscape management advice and,
— masonry monument advice.
The successful economic operator will also be expected to provide the services of a principal designer and a project manager. The project manager will coordinate the specialist services and provide a single point of contact with DfC historic environment division. Further information is included in the Pre-qualification (PQQ) and Invitation to Tender (ITT) documents.
II.1.5)Estimated total value
Value excluding VAT: 650 000.00 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)
71541000
71000000
71420000
71311000
71312000
II.2.3)Place of performance
NUTS code: UKN0
II.2.4)Description of the procurement:
The contract will be used by the department for communities, historic environment division to obtain specialist advice to inform future conservation schemes within the historic and listed building estate. The following services will be provided over a 2 years period with the facility to extend annually for a further 2 periods of 1 year each up to a maximum of 4 years:
— specialist engineering advice,
— specialist landscape management advice, and
— masonry monument advice.
The successful economic operator will also be expected to provide the services of a principal designer and a project manager. The project manager will coordinate the specialist services and provide a single point of contact with DfC Historic Environment Division. Further information is included in the Pre-qualification (PQQ) and Invitation to Tender (ITT) documents.
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
Value excluding VAT: 650 000.00 GBP
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:
Nitial contract period is for 2 years. Contract may be extended for a further 2 periods of 1 year, up to a maximum of 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: yes
Description of options:
The contract shall be for an initial 2 years period with the option for two, one year extensions at the employer’s discretion.
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
Form of contract. An NEC3 professional services contract will be used to provide the services.
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:
In order for an economic operator to be eligible to participate in this competition the economic. Operator team must hold relevant licences, accreditations or certificates for specific categories and sectors as set out below. Project. manager: Member of the Association of Project Management (MAPM). Engineering advisor: Chartered member of the institution of civil, or structural engineers MICE or MIStruct.E or equivalent. Must be included on the Conservation Accreditation Register for Engineers (CARE). Landscape management advisor: chartered membership of the landscape institute or equivalent (equal and approved by. IFLA/EFLA in category – design, management and science). Masonry monument advisor: Included on the on the register of architects. Accredited in building conservation, or is listed in the directory of accredited conservationists. Other comparable accreditations may be considered.
III.1.2)Economic and financial standing
List and brief description of selection criteria:
In order for an economic operator to be eligible to participate in this competition, its construction line category value must be at least equal to the value set out below in at least one of the work categories. Work categories: project management - project management - 71541000-2. Landscape architecture - Historic σites - 71420000-8. Civil and structural engineering - Civil and structural engineering - 713111000-1 and 71312000-8: Other facilities - RIBA, CIAT - Ancient monuments and historic buildings - 71221000-3. Contractors /consultants are required to be registered and have verified Level 2 status on construction line. Suppliers should have the minimum category value (estimated value) in at least one of the construction line. Categories specified above. List and brief description of selection criteria: Refer to procurement documents. Should an economic operator wish the contracting authority to consider a work category not listed it shall make its request as instructed in MoI-Section 5. before the PQQP submission deadline for queries.
Minimum level(s) of standards possibly required:
Minimum category value for economic operator 165 000 GBP. The lead enterprise of the group of economic operators shall have a category value no less than 65 000 GBP and the other members of a group of economic. operators and other entities category values when added together must be equal to or greater than 165 000 GBP. In order for an economic operator to be eligible to participate in this competition the economic operator team must hold valid insurance to all the. applicable values.
1— Public liability insurance with a minimum limit of indemnity not less than 10 000 000 GBP per incident.
2— Employer’s liability insurance (Economic Operator only) with a minimum limit of indemnity not less than 10 000 000 GBP per incident compliant with applicable statutory requirements.
4— Professional indemnity insurance . Professional indemnity insurance for all activities of a. professional nature including design liability with a limit of indemnity of not less than that specified below in GBP for each and every claim economic operator 1 000 000 GBP .
III.1.3)Technical and professional ability
List and brief description of selection criteria:
Structure of the economic operator team. The economic operator (or where the economic operator is a group of economic operators, all parties forming the group of economic operators) must provide at least one of the core disciplines listed below from within its own resources: Core Disciplines:
— project manager,
— specialist conservation engineering advisor,
— specialist landscape management advisor,
— masonry monument conservation advisor.
The economic operator must therefore complete the relevant PQQx and PQQ1A, where applicable. Consultant team member (CTM). The term CTM means the party providing one of following discipline services on behalf of the economic operator for the purposes of pre-qualification, the following CTMs will be assessed:
— project manager,
— specialist engineering advisor,
— specialist landscape management advisor,
— masonry monument advisor
— principal designer.
In the event that an economic operator intends to provide any of the above services using an in-house resource then PQQ2 to PQQ5 shall still be completed in full by the economic operator. Economic operators are advised that only one CTM can be listed against each discipline. If an economic operator submits more than one CTM per discipline their submission will not be assessed until one is identified. Economic operator as CTM. In addition to PQQ1 (and if applicable PQQ1A) the economic operator must also submit a completed PQQx for each core discipline for which it will act.
Minimum level(s) of standards possibly required:
Refer to MoI Evaluation Matrix and PQQ1 to PQQ5 for assessment indicators.
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:
The economic operators’ performance on this contract will be regularly monitored. If. an economic operator fails to reach satisfactory levels of performance the economic operator may be issued with a certificate of unsatisfactory performance needs to be updated for new guidance. The issue of a certificate of unsatisfactory performance will result. in the economic operator being excluded from all procurement competitions being undertaken by contracting authorities on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of 12 months from the date of issue of the certificate. A list of these bodies can be viewed at: https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
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
Restricted 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: 26/03/2018
Local time: 15:00
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
Duration in months: 3 (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: no
VI.2)Information about electronic workflows
VI.3)Additional information:
CPD, in its capacity as a Central Purchasing Body, is administering this procurement on behalf of the contracting authority. The contracting authority expressly reserves the right:
I— to award 1, some, all or no Lots,
II— not to award any contract /framework agreement as a result of the procurement process commenced by publication of this notice or to cancel the procurement at any stage, and
III— to make whatever changes it may see fit to the content and structure of the tendering competition, and in no circumstances will the authority be liable for any costs incurred by economic operators or candidates.
Any expenditure, work or effort undertaken. prior to contract award is accordingly at the sole risk of the economic operator or candidate participating in this procurement process. This project will be used to progress the Government’s wider social, economic and environmental objectives. No business whatsoever is guaranteed under any resulting framework agreement or contract indeed there is no guarantee that any framework agreement. or contract will be put in place in relation to this notice. No compensation etc will be paid if a contract or framework agreement is. withdrawn for any reason. Economic operators should take part in this process only on the basis that they fully understand and accept. this position.
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:
This procurement is governed by the public contracts Regulations 2015 and. provides for economic operators who have suffered, or who risk suffering, loss, or damage, as a consequence of an alleged breach of the duty owed in accordance with Regulation 91 to start proceedings in the High Court. A standstill period will commence at the point. information on the award of the contract is communicated to tenderers. That notification will provide information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful tenderers to challenge the award. decision before the contract is entered into. Any proceedings relating to any perceived non-compliance with the relevant law must be started within 30 days, beginning with the date when the economic operator first knew, or ought to have known that grounds for starting the proceedings had arisen. (A court may extend the time limit to 3 months, where the court considers that there is a good reason for. doing so).
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
20/02/2018