loading
  • GB-EH54 6FF Livingston
  • 15.06.2018
  • Ausschreibung
  • (ID 2-302299)

WLC Professional Technical Services Framework


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 15.06.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Gebäudetyp Staatliche und kommunale Bauten
    Art der Leistung Objektplanung Gebäude / Kostenmanagement / Bauleitung, Objektüberwachung / allgemeine Beratungsleistungen / Studien, Gutachten / Sicherheits-/ Gesundheitsschutz / Vermessung / Denkmalschutz
    Sprache Englisch
    Aufgabe
    This Framework is for the provision of Professional Technical Services to West Lothian Council from October 2018 when the current framework expires. The Framework is to be broken into 13 lots including architectural consultancy, various engineering consultancies and specialist services. Potential consultants may bid for one, more than one or all lots. The lots are divided by different services which will be required to supplement in-house services. It is intended that the Framework will be in place for 3 years with the option to extend up to 12 months up to a maximum of 4 years.
    Adresse des Bauherren UK-EH54 6FF Livingston
    TED Dokumenten-Nr. 211201-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Livingston: Architectural, construction, engineering and inspection services

      2018/S 093-211201

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      West Lothian Council
      West Lothian Civic Centre, Howden South Road
      Livingston
      EH54 6FF
      United Kingdom
      Contact person: Catriona Peden
      Telephone: +44 1506283312
      E-mail: MjE4UU9iYFddXE8cXlNSU1wuZVNhYlpdYlZXT1wcVV1kHGNZ
      Fax: +44 1506281325
      NUTS code: UKM78

      Internet address(es):

      Main address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

      Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00140

      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
      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
      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:

      WLC Professional Technical Services Framework

      Reference number: CC8036
      II.1.2)Main CPV code
      71000000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      This Framework is for the provision of Professional Technical Services to West Lothian Council from October 2018 when the current framework expires. The Framework is to be broken into 13 lots including architectural consultancy, various engineering consultancies and specialist services. Potential consultants may bid for one, more than one or all lots. The lots are divided by different services which will be required to supplement in-house services. It is intended that the Framework will be in place for 3 years with the option to extend up to 12 months up to a maximum of 4 years.

      II.1.5)Estimated total value
      Value excluding VAT: 4 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for all lots
      II.2)Description
      II.2.1)Title:

      Fire Engineer

      Lot No: 13
      II.2.2)Additional CPV code(s)
      71310000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Fire engineering consultancy to advise inhouse and external design teams.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Clerk of Works

      Lot No: 12
      II.2.2)Additional CPV code(s)
      71315400
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Clerk of Works services to assist design teams in monitoring on site performance of contractors.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Early Intervention / Weighting: 18
      Quality criterion - Name: QA in Practice / Weighting: 20
      Quality criterion - Name: Recording of Quality Issues / Weighting: 20
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Civil/Structural Engineer

      Lot No: 11
      II.2.2)Additional CPV code(s)
      71310000
      71311000
      71312000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Civil/Structural engineering services to advise inhouse and external design teams on Construction projects.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Early Intervention / Weighting: 18
      Quality criterion - Name: QA in Practice / Weighting: 20
      Quality criterion - Name: Mitigation of Cost/Quality/ Programme Slippage / Weighting: 20
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      M&E Engineer

      Lot No: 10
      II.2.2)Additional CPV code(s)
      71310000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the Wet Lothian Council area.

      II.2.4)Description of the procurement:

      Mechanical and Electrical engineering consultancy required to aid inhouse and external design teams.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Framework Questions / Weighting: 14
      Quality criterion - Name: Relevant Staff/ Resouces/Structure / Weighting: 14
      Quality criterion - Name: Service Delivery / Weighting: 30
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      CDM Advisor

      Lot No: 9
      II.2.2)Additional CPV code(s)
      71317210
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Provide CDM advice or Principal Designer role to inhouse teams.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Framework Questions / Weighting: 14
      Quality criterion - Name: Relevant Staff/ Resouces/Structure / Weighting: 14
      Quality criterion - Name: Service Delivery / Weighting: 30
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Dilapidations Surveyor

      Lot No: 8
      II.2.2)Additional CPV code(s)
      71315300
      79110000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and Sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Consultant to provide comprehensive and timely advice for West Lothian Council, as Landlord or Tenant, on the most appropriate course of action to be taken on a dilapidation liability. The Consultant shall undertake and manage negotiations and any subsequent works.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Technical Questions TBC / Weighting: 58
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Building Surveyor

      Lot No: 7
      II.2.2)Additional CPV code(s)
      71250000
      71251000
      71315300
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Requirement for Building Surveyors to supplement inhouse resources.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Framework Questions / Weighting: 14
      Quality criterion - Name: Relevant Staff/ Resouces/Structure / Weighting: 14
      Quality criterion - Name: Service Delivery / Weighting: 30
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Quantity Surveyor

      Lot No: 6
      II.2.2)Additional CPV code(s)
      71242000
      71244000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Requirement for Quantity Surveying services to supplement inhouse resources.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Early Intervention / Weighting: 18
      Quality criterion - Name: QA in Practice / Weighting: 20
      Quality criterion - Name: Mitigation of Cost/Quality/ Programme Slippage / Weighting: 20
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Topographical Surveys

      Lot No: 5
      II.2.2)Additional CPV code(s)
      71351810
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Requirement for company to carry out Topographical surveys of sites for use by design teams.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Topographical Survey / Weighting: 28
      Quality criterion - Name: QA in Practice / Weighting: 30
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Conservation Architect

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71200000
      92522000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Requirement for accredited conservation architect to assist when dealing with historic buildings.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Early Intervention / Weighting: 18
      Quality criterion - Name: QA in Practice / Weighting: 20
      Quality criterion - Name: Mitigation of Cost/Quality/ Programme Slippage / Weighting: 20
      Price - 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:

      Allowance for extension of up to 12 months.

      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:

      Architect (0 GBP-250K GBP construction budget)

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71200000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Requirement for architectural resources to supplement inhouse resources.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Early Intervention / Weighting: 18
      Quality criterion - Name: QA in Practice / Weighting: 20
      Quality criterion - Name: Mitigation of Cost/Quality/ Programme Slippage / Weighting: 20
      Price - 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:

      Allowance for up to 12 months extension.

      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:

      Architect (250K GBP- 2m GBP construction budget)

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71000000
      71200000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties within the West Lothian Council area.

      II.2.4)Description of the procurement:

      Requirement for architectural resources to supplement inhouse resources.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Early Intervention / Weighting: 18
      Quality criterion - Name: QA in Practice / Weighting: 20
      Quality criterion - Name: MitMitigation of Cost/Quality/ Programme Slippage / Weighting: 20
      Price - 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:

      Allowance for renewal of up to 12 months.

      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:

      Architect (2m GBP - OJEU construction budget)

      Lot No: 4
      II.2.2)Additional CPV code(s)
      71000000
      71200000
      II.2.3)Place of performance
      NUTS code: UKM78
      Main site or place of performance:

      Properties and sites within the West Lothian area.

      II.2.4)Description of the procurement:

      Requirement for architectural resources to supplement inhouse resources.

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Workforce Matters / Weighting: 2
      Quality criterion - Name: Early Intervention / Weighting: 18
      Quality criterion - Name: QA in Practice / Weighting: 20
      Quality criterion - Name: Mitigation of Cost/Quality/ Programme Slippage / Weighting: 20
      Price - 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:

      Allowance for extension of up to 12 months.

      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
      List and brief description of selection criteria:

      Re ESPD question 4B.6 West Lothian Council will use Dun and Bradstreet’s DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 35 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 35- (minus) will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 35, the tenderer may be required to submit their last three years accounts.

      In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3 year period.

      It is recommended that candidates review their own Dun and Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun and Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun and Bradstreet score 35) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer’s financial status.

      In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

      Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.

      Minimum level(s) of standards possibly required:

      Re ESPD question 4B.5 West Lothian Council require tenderers to have the following minimum insurances.

      Employers Liability Insurance 10 000 000 GBP.

      Public Liability Insurance 5 000 000 GBP.

      Professional Indemnity Insurance 2 000 000 GBP.

      Valid Motor Vehicle Insurance or checks of employees cover.

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

      Re: ESPD Q4D Bidders must hold the certificates or comply with the questions noted in ESPD 4D attached to.

      http://www.westlothian.gov.uk/article/11428/Changes-to-Public-Procurement-Rules.

      The HSE website will be checked for breaches. Should our H&S team not be satisfied with the outcome your tender will be rejected.

      RE: ESPD Q4C.1.2 Please provide 2 examples per lot, that demonstrate to the Authority experience that is relevant to this procurement exercise. Your examples must be from within the last 5 years. If you apply for 2 lots you will upload 4 examples.

      Your completed written response should be no more than one page of A4 per example; smallest font size should be 10. An additional sheet with images will be allowed per example.

      Please provide your first relevant example that demonstrate your organisations, consortium members and / or named sub-contractors experience in delivering services to the requirements of this procurement exercise.

      Please upload your response with the filename "Examples Lot X _ your company name".

      Minimum level(s) of standards possibly required:

      The following memberships will require to be held by a member of the team proposed for the framework.

      Lot 1 – ARB and RIAS conservation accreditation or equal.

      Lot 2 – ARB or CIAT or equal.

      Lots 3 and 4 – ARB or equal.

      Lot 5 – The Survey Association or equal.

      Lot 6 – RICS or equal.

      Lot 7 – RICS or equal.

      Lot 8 – RICS or equal.

      Lot 9 – APS or equal.

      Lot 10 - IMechE and IEE/IET or equal.

      Lot 11 – ICE or equal.

      Lot 12 – ICWCI or equal.

      Lot 13 – IFE or equal.

      III.1.5)Information about reserved contracts
      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      Execution of the service is reserved to a particular profession
      Reference to the relevant law, regulation or administrative provision:

      ARB registration required by a member of the proposed team of architects practices as per the Architects Act 1997.

      III.2.2)Contract performance conditions:

      Refer to Scope of Services documents in tender.

      For architects and other consultants who will require to be Principal Designer — if you subcontract this CDM part of your responsibility ensure you note your subcontractor in the appropriate section of the Qualification ITT.

      III.2.3)Information about staff responsible for the performance of 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 several operators
      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
      Notice number in the OJ S: 2018/S 042-091945
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 15/06/2018
      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: 4 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders
      Date: 15/06/2018
      Local time: 12:00
      Place:

      West Lothian Civic Centre Livingston.

      Information about authorised persons and opening procedure:

      CPU staff on PCS-Tender.

      Section VI: Complementary information

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

      2021 or 2022 depending on whether 12 month extension is utilised

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

      Re: ESPD Q2B, complete information for all company directors, using home address.

      Re: ESPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.

      Police Scotland will be consulted with regards to Serious and Organised Crime checks. Any links to this type of activity may cause your tender to be rejected.

      Confidentiality — All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the authority will similarly be treated in confidence except:

      (i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities’ information.

      The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and / or codes, the Authority shall adhere to the requirements of such Act and / or codes in disclosing information relating to this Agreement, the Project documents and the Contractor;

      (ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers;

      (iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts.

      The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is Project 10709. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.

      A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363.

      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:

      Community Benefits proposals will not form part of the award criteria and will not be evaluated but will be contractual obligations. For further procurement information visit the link below. http://www.westlothian.gov.uk/article/2023/Doing-Business-With-The-Council.

      (SC Ref:540772).

      VI.4)Procedures for review
      VI.4.1)Review body
      West Lothian Council
      West Lothian Civic Centre, Howden South Road
      Livingston
      EH54 6FF
      United Kingdom
      Telephone: +44 1506281814
      Fax: +44 1506281325

      Internet address: http://www.westlothian.gov.uk/article/2468/Contract-Opportunities

      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:
      15/05/2018
    © 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 17.05.2018
Zuletzt aktualisiert 17.05.2018
Wettbewerbs-ID 2-302299 Status Kostenpflichtig
Seitenaufrufe 39