loading
  • GB-TR1 3AY Truro
  • 30.07.2018
  • Ausschreibung
  • (ID 2-306214)

Built Environment Professional Services Framework — Cornwall Council


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 30.07.2018, 12:00 Bewerbungsschluss
    Verfahren Offenes Verfahren
    Art der Leistung sonstige / Sicherheits-/ Gesundheitsschutz
    Sprache Englisch
    Aufgabe
    Cornwall Council is seeking to appoint consultants to a Framework Agreement consisting of 3 Lots that will be used to undertake services relating to the built environment that include Development management, Project management, Cost management, Site supervision, Health and safety assessment and Multi-disciplinary construction design.
    The term of the Framework Agreement is intended to be for 4 years, commencing in August 2018. The objective of this procurement process is to appoint consultants to the Framework that are capable, under NEC3 forms of contract, of carrying out services on behalf of the Council.
    Tenderers appointed to the Framework may be asked to provide works and services to all departments and wholly owned companies of the Council and potentially to other public sector bodies ("Other Organisations") in Cornwall across the geographical area of Cornwall and Plymouth as described in the OJEU Contract Notice and Schedule 12 of the Framework Agreement.
    Adresse des Bauherren UK-TR1 3AY Truro
    TED Dokumenten-Nr. 268321-2018

  • Anzeigentext Ausschreibung

    maximieren


    • United Kingdom-Truro: Urban planning and landscape architectural services

      2018/S 118-268321

      Contract notice

      Services

      Directive 2014/24/EU

      Section I: Contracting authority

      I.1)Name and addresses
      Cornwall Council
      County Hall, Treyew Road
      Truro
      TR1 3AY
      United Kingdom
      Contact person: Mr Stuart Hinde
      Telephone: +44 1872327411
      E-mail: MjE1ZFlaX1VWMVRgY19oUl1dH1hgZx9mXA==
      NUTS code: UK

      Internet address(es):

      Main address: http://www.cornwall.gov.uk

      Address of the buyer profile: http://www.cornwall.gov.uk

      I.2)Information about joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: http://supplyingthesouthwest.org.uk
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: http://supplyingthesouthwest.org.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:

      Built Environment Professional Services Framework — Cornwall Council

      Reference number: DN327830
      II.1.2)Main CPV code
      71400000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

      Cornwall Council is seeking to appoint consultants to a Framework Agreement consisting of 3 Lots that will be used to undertake services relating to the built environment that include Development management, Project management, Cost management, Site supervision, Health and safety assessment and Multi-disciplinary construction design.

      The term of the Framework Agreement is intended to be for 4 years, commencing in August 2018. The objective of this procurement process is to appoint consultants to the Framework that are capable, under NEC3 forms of contract, of carrying out services on behalf of the Council.

      Tenderers appointed to the Framework may be asked to provide works and services to all departments and wholly owned companies of the Council and potentially to other public sector bodies ("Other Organisations") in Cornwall across the geographical area of Cornwall and Plymouth as described in the OJEU Contract Notice and Schedule 12 of the Framework Agreement.

      II.1.5)Estimated total value
      Value excluding VAT: 130 000 000.00 GBP
      II.1.6)Information about lots
      This contract is divided into lots: yes
      Tenders may be submitted for one lot only
      Maximum number of lots that may be awarded to one tenderer: 1
      II.2)Description
      II.2.1)Title:

      Development Management

      Lot No: 1
      II.2.2)Additional CPV code(s)
      71000000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The Development manager will be appointed to act on behalf of the Client in the management of the development process throughout the Project lifespan, from the emergence of the initial concept to the completion of the client brief, monitoring and review of the design and construction process by others commissioned by the Capital projects group and the transition of the project into the operational phase.

      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: 20 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      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: yes
      Identification of the project: This Framework is for future projects and while these cannot be specified at this stage it is assumed that some of these could be delivered via European Union funds and so this should be acknowledged.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Project Management and Design

      Lot No: 2
      II.2.2)Additional CPV code(s)
      71000000
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The Consultant appointed to Lot 2 will be engaged to act on behalf of the Client in the management of construction projects through the Project lifespan, from the emergence of the initial concept, through design, construction and operational phases. It is the intention of this procurement that it will be possible through the call off process appoint the Consultant to take responsibility for:

      1) Project management of the employer or organisations construction or civil engineering works project;

      2) pre and post contract Cost management (QS) services;

      3) Site supervision services;

      4) Multi-disciplinary construction design;

      Each of the 4 principle disciplines will have a defined scope as set out in the tender documentation that applies to the various project stages under which call off contract may apply.

      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: 100 000 000.00 GBP
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 48
      This contract is subject to renewal: no
      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: yes
      Identification of the project: This Framework is for future projects and while these cannot be specified at this stage it is assumed that some of these could be delivered via European Union funds and so this should be acknowledged.
      II.2.14)Additional information
      II.2)Description
      II.2.1)Title:

      Health and Safety Assessment

      Lot No: 3
      II.2.2)Additional CPV code(s)
      71317200
      II.2.3)Place of performance
      NUTS code: UK
      II.2.4)Description of the procurement:

      The Scope of Lot 3 of the Framework sets out how the Consultant shall undertake site assessments, monitor and report on activities to ensure that this duty is carried out. Such duties include assessing and reporting on the site health and safety performance of Contractors to ensure site activities are being conducted in a safe manner and in compliance with current regulations.

      It is expected that as a minimum 10-20 sites will be active concurrently, however during the school's summer holiday period the number of sites can peak at over 60 sites each requiring assessment at least once every 2 weeks. In their tender responses consultants must clearly demonstrate their ability to manage the work load.

      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: 48
      This contract is subject to renewal: no
      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: yes
      Identification of the project: This Framework is for future projects and while these cannot be specified at this stage it is assumed that some of these could be delivered via European Union funds and so this should be acknowledged.
      II.2.14)Additional information

      Bidders for Lot 3 should be aware of potential conflicts of interest relating to this lot, in particular the successful tender will be prohibited from carrying out other works or services for or on behalf of the Council, its family of companies or any other affiliated company.

      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
      III.1.3)Technical and professional ability
      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

      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
      Envisaged maximum number of participants to the framework agreement: 3
      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: 30/07/2018
      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
      IV.2.7)Conditions for opening of tenders
      Date: 30/07/2018
      Local time: 12:05
      Place:

      New County Hall, Truro

      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 Framework Agreements and any call-off contract entered into a result of this contract notice will be subject to English law and the exclusive jurisdiction of the English courts.

      The Authority reserves the right not to enter into any contract as a result of this Contract notice and to vary or change or not proceed with this competition at any stage of the procurement process.

      The Authority shall not be responsible for any costs incurred by any potential bidder responding to this Contract notice.

      Please refer to the procurement documentation for important notices in respect of commercially sensitive information and the application of the Freedom of Information Act 2000.

      Potential bidders awarded a place on the Framework Agreements as a result of this procurement process will be required to deliver works and services for the Authority and other Organisations or their statutory successors and assigns.

      The Authority expects that during the term of the Framework Agreements certain elements of the arrangements may be modified. Any such modification(s) (each a “Modification”) shall be strictly in accordance with Regulation 72 of the Public Contracts Regulations 2015 and shall be effected in accordance with the change procedure set out in the conditions of the Framework Agreements.

      The Authority's lotting/bidding requirements are as follows:

      1) A tenderer can submit a bid for any one Lot without bidding for any other Lot;

      2) if a Tenderer submits a Tender for Lot 3, that Tenderer may not submit a Tender for any other Lot;

      Each potential bidder should note that if it is awarded a place or places on any of the Framework Agreements, its appointment shall not be construed or implied as giving any framework contractor exclusivity in respect of the contracts (covered by this procurement process) to be let by the Authority.

      Subject to the express written consent of Cornwall Council and subject to entering into an Access Agreement with Cornwall Council, the following organisations will be permitted to procure Works and Services under the Framework Agreement:

      Notwithstanding the list of permissible users set out below, members from the following specific classes of organisations within the county of Cornwall, and the City of Plymouth, Devon:

      — Parish, Town and City Councils,

      — County Councils,

      — Unitary Authorities,

      — District Councils,

      — Schools (all publicly funded irrespective of status),

      — Housing Associations / Housing Management Organisations,

      — Police Authorities,

      — Organisations within the National Health Service,

      — Tertiary Colleges,

      — Further and Higher Education Establishments.

      The following organisations within Cornwall Council's administrative area (or their statutory successors and/or successors in title):

      — Local Authority Schools,

      — Foundation Schools,

      — Academy Schools,

      — Special Schools,

      — Nursery Schools,

      — PFI Schools,

      — Schools with ‘Trust Status’,

      — Short Stay Schools,

      — Children Centres,

      — Cormac (Neighbourhood Services),

      — Job Centre Plus,

      — Citizens Advice,

      — Housing Landlord Services,

      — Cornwall Council's Youth Services,

      — Children Centres,

      — Adult Education Facilities,

      — Harbour and Fisheries,

      — Cornwall (Newquay) Airport,

      — Cornwall Development Company,

      — Cornwall Housing,

      — Tate St Ives,

      — Hall for Cornwall,

      — Careers South West,

      — Strategic Partnership for Support Services,

      — Corserv and other members of the Cornwall Council family of companies.

      The following list of public sector organisations (or their statutory successors and/or successors in title):

      — Plymouth City Council,

      — University of Plymouth,

      — Royal Cornwall Hospitals Trust,

      — Devon and Cornwall Police Authority.

      More information available in ITT and associated documents.

      The estimate annual value of each lot solely for Cornwall Council is as follows:

      Lot 1: 3 940 000 GBP.

      Lot 2: 19 700 000 GBP.

      Lot 3: 1 970 000 GBP.

      VI.4)Procedures for review
      VI.4.1)Review body
      The Monitoring Officer
      Cornwall Council
      Truro
      TR1 3AY
      United Kingdom
      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:
      19/06/2018
    © 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 22.06.2018
Zuletzt aktualisiert 22.06.2018
Wettbewerbs-ID 2-306214 Status Kostenpflichtig
Seitenaufrufe 32