loading
  • GB-EH12 7AT Edinburgh
  • 31.05.2018
  • Ausschreibung
  • (ID 2-300275)

FW0046 — Building Surveying Services Scotland


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 31.05.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Büro-, Verwaltungsbauten
    Art der Leistung Bauleitung, Objektüberwachung / Kontrolle, Monitoring
    Sprache Englisch
    Aufgabe
    The FC has an ongoing requirement for Building Surveying Services. This includes planned maintenance and project works covering refurbishment, improvements, and new build works. There is also a requirement to undertake feasibility studies, organise and manage reactive works and carry out Health and Safety inspections. The projected annual spend for this requirement is in the region of 100k GBP per annum, spread over approximately 20-30 projects a year. This new framework would cater for project works where the values of the overall project works are up to 500k GBP .
    The FC intends to appoint one supplier only to a framework which will consist of one lot covering the whole of Scotland.
    The framework will be for an initial period of 2 years, plus 2 x 12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.
    Leistungsumfang
    The FC has an ongoing requirement for Building Surveying Services. This includes planned maintenance and project works covering refurbishment, improvements, and new build works. There is also a requirement to undertake feasibility studies, organise and manage reactive works and carry out Health and Safety inspections. The projected annual spend for this requirement is in the region of 100k GBP per annum, spread over approximately 20-30 projects a year. This new framework would cater for project works where the values of the overall project works are up to 500k GBP .
    The FC intends to appoint one supplier only to a framework which will consist of one lot covering the whole of Scotland.
    The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.
    Requirements.
    Provision of a professional service to survey, undertake feasibility studies, design, specify required works to the forestry commission built estate. This will cover planned maintenance and project works to the various buildings across the estate. Works will include refurbishment, improvements along with some new build to the various offices, operational forest support buildings and public visitor centres and facilities.
    The provision of a professional service to organise and supervise reactive works and carry out health and safety inspections is also a requirement of this framework.
    The services will be provided by Chartered Building Surveyors, Architects or other professionals with equivalent relevant qualifications. Assistant Building Surveyors (or equivalent) may only be used to support the Chartered Building Surveyor but not to lead or design projects. They will also act as contract administrator, write reports or undertake health and safety inspections. Services may also be required from Quantity Surveyors, and Engineers (Mechanical and Electric, and Structural and Civils).
    It will be a requirement of this contract that all staff engaged whether direct employees or sub-contractors are suitably qualified for the specific role they are carrying out. A list of the minimum professional qualifications for each role can be found in the table in section 4.8.
    Not all projects will require the services provided within the scope of this framework for the entire duration of the project, and they could end at any stage of an ongoing project as set out in the specification.
    The FC reserves the right to end the service at any project stage. This decision will be at the sole decision of the FC.
    The services will fall into 4 categories:
    A. Projects;
    B. Feasibility Studies;
    C. Reactive Works;
    D. Health and Safety.
    For full details bidders should refer to the document pack available in the visible to buyers section within the ITT for this tender on the Public Contracts Scotland Tender electronic tendering system.
    Adresse des Bauherren UK-EH12 7AT Edinburgh
    TED Dokumenten-Nr. 179272-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Edinburgh: Architectural and building-surveying services

      2018/S 080-179272

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Forestry Commission
      Silvan House, 231 Corstorphine Road
      Edinburgh
      EH12 7AT
      United Kingdom
      Telephone: +44 3000675000
      E-mail: MThoamdbbWpdZV1mbCZrW2dsZFlmXDheZ2pda2xqcSZfa2EmX2duJm1j
      NUTS code: UKM

      Internet address(es):

      Main address: http://https://www.forestry.gov.uk/

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11322

      I.2)Information about 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/esop/pts-host/public/pts/web/login.html
      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/esop/pts-host/public/pts/web/login.html
      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:

      FW0046 — Building Surveying Services Scotland

      Reference number: FW0046
      II.1.2)Main CPV code
      71251000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      The FC has an ongoing requirement for Building Surveying Services. This includes planned maintenance and project works covering refurbishment, improvements, and new build works. There is also a requirement to undertake feasibility studies, organise and manage reactive works and carry out Health and Safety inspections. The projected annual spend for this requirement is in the region of 100k GBP per annum, spread over approximately 20-30 projects a year. This new framework would cater for project works where the values of the overall project works are up to 500k GBP .

      The FC intends to appoint one supplier only to a framework which will consist of one lot covering the whole of Scotland.

      The framework will be for an initial period of 2 years, plus 2 x 12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.

      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)
      71251000
      II.2.3)Place of performance
      NUTS code: UKM
      Main site or place of performance:

      All Scotland.

      II.2.4)Description of the procurement:

      The FC has an ongoing requirement for Building Surveying Services. This includes planned maintenance and project works covering refurbishment, improvements, and new build works. There is also a requirement to undertake feasibility studies, organise and manage reactive works and carry out Health and Safety inspections. The projected annual spend for this requirement is in the region of 100k GBP per annum, spread over approximately 20-30 projects a year. This new framework would cater for project works where the values of the overall project works are up to 500k GBP .

      The FC intends to appoint one supplier only to a framework which will consist of one lot covering the whole of Scotland.

      The framework will be for an initial period of 2 years, plus 2x12 month optional extension periods. The uptake of these optional extension periods will be at the sole discretion of the FC.

      Requirements.

      Provision of a professional service to survey, undertake feasibility studies, design, specify required works to the forestry commission built estate. This will cover planned maintenance and project works to the various buildings across the estate. Works will include refurbishment, improvements along with some new build to the various offices, operational forest support buildings and public visitor centres and facilities.

      The provision of a professional service to organise and supervise reactive works and carry out health and safety inspections is also a requirement of this framework.

      The services will be provided by Chartered Building Surveyors, Architects or other professionals with equivalent relevant qualifications. Assistant Building Surveyors (or equivalent) may only be used to support the Chartered Building Surveyor but not to lead or design projects. They will also act as contract administrator, write reports or undertake health and safety inspections. Services may also be required from Quantity Surveyors, and Engineers (Mechanical and Electric, and Structural and Civils).

      It will be a requirement of this contract that all staff engaged whether direct employees or sub-contractors are suitably qualified for the specific role they are carrying out. A list of the minimum professional qualifications for each role can be found in the table in section 4.8.

      Not all projects will require the services provided within the scope of this framework for the entire duration of the project, and they could end at any stage of an ongoing project as set out in the specification.

      The FC reserves the right to end the service at any project stage. This decision will be at the sole decision of the FC.

      The services will fall into 4 categories:

      A. Projects;

      B. Feasibility Studies;

      C. Reactive Works;

      D. Health and Safety.

      For full details bidders should refer to the document pack available in the visible to buyers section within the ITT for this tender on the Public Contracts Scotland Tender electronic tendering system.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality / Weighting: 40
      Price - Weighting: 60
      II.2.6)Estimated value
      Value excluding VAT: 400 000.00 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:

      The framework will be for an initial period of 2 years plus 2 x 12 month optional extension periods. The uptake of these optional extension.

      Periods will be at the sole discretion of the FC.

      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

      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.

      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:

      The services will be provided by Chartered Building Surveyors, Architects or other professionals with equivalent relevant qualifications. Assistant Building Surveyors (or equivalent) may only be used to support the Chartered Building Surveyor but not to lead or design projects. They will also act as contract administrator, write reports or undertake health and safety inspections. Services may also be required from Quantity Surveyors, and Engineers (Mechanical and Electric, and Structural and Civils).

      It will be a requirement of this contract that all staff engaged whether direct employees or sub-contractors are suitably qualified for the specific role they are carrying out. A list of the minimum professional qualifications for each role can be found in the table in section 4.2 or the ITT Specification.

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

      ESPD 4B.5.1, 4B.5.2, and 4B.5.3:

      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:

      Minimum level(s) of standards possibly required:

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

      Public Liability Insurance = not less than 5 000 000 GBP for any one incident and unlimited in total.

      Professional Indemnity Insurance = 1 000 000 GBP.

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

      Due to the character limits in the OJEU notice the standard statements for the ESPD selection Criteria (PCST Qualification Envelope) are available in the document "ESPD Statements — Technical and Professional Ability" within the Bidders Attachments area of PCST.

      Statements are also visible within the comments box against all relevant ESPD Questions.

      Please ensure that the standard statements are read, and that any information inserted is relevant to the information requested in the statement.

      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: no
      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: 31/05/2018
      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
      Duration in months: 3 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 31/05/2018
      Local time: 12:00
      Place:

      Forest Enterprise Head Office, 1 Highlander Way, Inverness, IV2 7GB.

      Information about authorised persons and opening procedure:

      A Regulated Procurement Officer will open the envelopes on the PCS-T system. The approved evaluation team will only be able to view the technical envelopes once pre- evaluation briefing has taken place.

      Section VI: Complementary information

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

      March 2022.

      This framework is for an initial period of 2 years with an option for a further 2 x 12 month extension periods.

      VI.2)Information about electronic workflows
      Electronic invoicing will be accepted
      Electronic payment will be used
      VI.3)Additional information:

      If any questions within the ESPD subject to pass/fail scoring are scored ‘fail’, then that entire bid shall be rejected and shall take no further part in the competition.

      Following evaluation of submissions the bidder successful in being named preferred bidder will be required to submit evidence of minimum requirements as requested in the ESPD within 5 working days of request. Failure to submit documents within 5 days may result in the tender submission being rejected.

      The following scoring system will be used for evaluating answers to award criteria questions:

      — 0 Unacceptable Nil or inadequate response. Fails to demonstrate an ability to meet the requirement,

      — 25 Poor Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled,

      — 50 Acceptable Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas,

      — 75 Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled,

      — 100 Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

      Price will be evaluated using the ‘standard differential method’. Each bidder receives 100 % of the available marks less the percentage by which their tender is more expensive than the lowest tender.

      All pricing must be exclusive of VAT. Any costs not included will be presumed to be waived.

      This tender is not split into lots as;

      Relatively low value of requirement: 100k GBP per annum. Lots would not offer best value for money to the FC and could restrict competition.

      Bidders may decline due to low value of individual lots.

      Actual requirements for each district are unknown.

      It is not possible to lot by district as some may require no services over the life of the framework, while others may receive more. The geographical spread of existing buildings is variable. Some areas have few while others have considerably more. Lots could result in the real risk of lots with low requirements receiving little or no interest from bidders.

      The FC requires an integrated, consistent approach across FC Scotland’s built estate, which is centrally managed. As FC does not have survey representation in all districts it would be complex and expensive to manage contractors based all over the country.

      The Contracting Authority is not including a sub-contract clause in this contract.

      The Contracting Authority is not including community benefit requirements in this tender for the following reasons:

      This framework is designed to deliver an unknown volume of multiple small value works which is not well placed to facilitate Community Benefits as meant in the regulations, although some local benefits are implied.

      Although the value of the Framework has been estimated at 400 000 GBP the FC may modify the Framework, irrespective of the monetary value of those modifications, within the scope permitted as allowed under Regulation 72 (1) of The Public Contracts (Scotland) Regulations 2015, should Operational reasons require it.

      Actual requirements can vary due to changes in (for example).

      Changes in regulation relating to buildings may create an increase or decrease in the level of maintenance, or refurbishment projects required.

      External Funding: Changes to available external funding may result in increases or decreases to planned projects across the Forest Estate.

      Planning permission for some Projects may not come to fruition.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9401. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.

      (SC Ref:535638).

      VI.4)Procedures for review
      VI.4.1)Review body
      Forestry Commission
      Silvan House, 231 Corstorphine Road
      Edinburgh
      EH12 7AT
      United Kingdom
      Telephone: +44 3000675000

      Internet address:http://https://www.forestry.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:
      24/04/2018
    © 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 25.04.2018
Zuletzt aktualisiert 25.04.2018
Wettbewerbs-ID 2-300275 Status Kostenpflichtig
Seitenaufrufe 50