Contract notice
Directive 2014/24/EU – Public Sector Directive
Directive 2014/24/EU
Section I: Contracting authority
I.1) Name and addresses
Dumfries and Galloway Council
Procurement Team, Carruthers House
Dumfries
DG1 2HP
UK
If you want help with winning this tender, then take a look at our Tender Writers page.
Contact person: Shelly Kilgour
Telephone: +44 1416184162
NUTS: UKM92
Internet address(es)
Main address: http://www.dumgal.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 sent electronically to:
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
Professional and Technical Services Framework
Reference number: DGT/AW/944/18
II.1.2) Main CPV code
71530000
II.1.3) Type of contract
Services
II.1.4) Short description
Framework for the provision of professional and technical services relating to, but not limited to, architectural, structural engineering, quantity surveying, clerk of works CDM safety, M&E design, civil engineering services, Electrical Clerk of Works and Mechanical Clerk of Works.
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
Lot No: 1
II.2.1) Title
Architects
II.2.2) Additional CPV code(s)
71000000
71200000
71221000
71220000
71210000
71251000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Architects to deliver any one or all of the following services: Design, Scoping and developing briefs, Studies, Feasibility, Consultation, Options Appraisal, Assessment, Consents, Cost estimates, Preparation of tender and contract documentation, Post contract, Assistance at Public Local Inquiry, General advice, Co-location of staff at council premises to supplement council resources, Procurement/provision/supervision of surveys and Principal Designer.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
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
NA
Lot No: 2
II.2.1) Title
Structural Engineers
II.2.2) Additional CPV code(s)
71312000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Structural Engineers to deliver any one or all of the following services: Cost Planning, Life Cycle Costing, Value Management, Preliminary Cost Advice, Contractual Advice, Tendering, Valuation of Construction Work, Cost Control & Financial Management and Insurance Advice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
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
NA
Lot No: 3
II.2.1) Title
Quantity Surveyors
II.2.2) Additional CPV code(s)
71324000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Quantity Surveyors to deliver any one or all of the following services Cost Planning, Life Cycle Costing, Value Management, Preliminary Cost Advice, Contractual Advice, Tendering, Valuation of Construction Work, Cost Control & Financial Management and Insurance Advice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 4
II.2.1) Title
Building Clerk of Works
II.2.2) Additional CPV code(s)
71315200
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Building Clerk of Works to deliver any one or all of the following services: Contract administration, Inspections, Monitoring and reporting, Managing communications, Document recording, proofing and management, Preparing information packs, Procurement, Planning and scheduling, Applications, Sampling, Consultancy, General advice, Assistance to local enquiry, Post contract, General advice and Co-location of staff at council premises to supplement council resources.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 5
II.2.1) Title
Construction and Design Management Safety Advisors
II.2.2) Additional CPV code(s)
71334000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Construction and Design Management Safety Advisors to deliver any one or all of the following services: Advice, Studies, Interpretation and reporting, Consultation, Works Supervision, Assistance at Public Local Inquiry, General advice and Co-location of staff at council premises to supplement council resources.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 6
II.2.1) Title
Mechanical Engineering, Electrical Engineering and Combined Services
II.2.2) Additional CPV code(s)
71321000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Mechanical Engineering, Electrical Engineering and Combined Services to deliver any one or all of the following services: Studies, Design and procurement/provision/supervision of surveys/data collection, Feasibility, Policy Advice, Scheme Appraisal, Consultation, Options Appraisal, Audits, Consents, Funding Applications, Design, Cost Estimates, Preparation of tender and contract documentation, Works Supervision, Contract administration, Post contract, Assistance at public local inquiry, General advice, Co-location of staff at council premises to supplement council resources, Principal Designer and General Advice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 7
II.2.1) Title
Civil Engineer
II.2.2) Additional CPV code(s)
71311000
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Civil Engineer to deliver any one or all of the following services: Cost Planning, Life Cycle Costing, Value Management, Preliminary Cost Advice, Contractual Advice, Tendering, Valuation of Construction Work, Cost Control & Financial Management and Insurance Advice.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 8
II.2.1) Title
Electrical Clerk of Works
II.2.2) Additional CPV code(s)
71315200
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Electrical Clerk of Works to deliver any one or all of the following services: Contract administration, Inspections, Monitoring and reporting, Managing communications, Document recording, proofing and management, Preparing information packs, Procurement, Planning and scheduling, Applications, Sampling, Consultancy, General advice, Assistance to local enquiry, Post contract, General advice and Co-location of staff at council premises to supplement council resources.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
Lot No: 9
II.2.1) Title
Mechanical Clerk of Works
II.2.2) Additional CPV code(s)
71315200
II.2.3) Place of performance
NUTS code:
UKM92
II.2.4) Description of the procurement
Mechanical Clerk of Works to deliver any one or all of the following services: Contract administration, Inspections, Monitoring and reporting, Managing communications, Document recording, proofing and management, Preparing information packs, Procurement, Planning and scheduling, Applications, Sampling, Consultancy, General advice, Assistance to local enquiry, Post contract, General advice and Co-location of staff at council premises to supplement council resources.
II.2.5) Award criteria
Criteria below:
Quality criterion: Technical / Weighting: 60
Price / Weighting: 40
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:
Duration in months: 36 months (with an option to extend for up to a further 12 months)
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No
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:
Tenderers will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:
Lot 1 Architects to qualify for award to this lot the Tenderer must be a member of the Architects Registration Board (ARB).
Lot 2 Structural Engineers to qualify for award to this lot the Tenderer must be Institution of Structural Engineers (IStructE).
Lot 3 Quantity Surveyors to qualify for award to this lot the Tenderer must be Royal Institution of Chartered Surveyors (RICS).
Lot 4 Clerk of Works to qualify for award to this lot the Tenderer must be member of ICWCI.
Lot 5 CDM Safety Advisor Services to qualify for award to this lot the Tenderer must be a member of IOSH.
Lot 6 M&E Design Services to qualify for award to this lot the Tenderer must be Institution of Mechanical Engineers (IMechE) and The Institution of Electrical Engineers (IEE).
Lot 7 Civil Engineers to qualify for award to this lot the Tenderer must Institution of Civil Engineers (ICE).
Lot 8 Electrical Clerk of Works to qualify for award to this lot the Tenderer must be member of ICWCI.
Lot 9 Mechanical Clerk of Works to qualify for award to this lot the Tenderer must be member of ICWCI.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Tenderer must provide 2 years turnover. A Minimum turnover of 100k GBP annually
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Details of conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder (to the extent known/settled at this stage), see the “ProfTechServices ITT” in the Information + Instructions folder of the Buyer Attachments area of ITT 37900. A set of Key Performance Indicators (KPIs) will be used to manage the Package Orders and performance. These will be detailed at the quote/award stage; agreed at the pre-contract meeting or during the Contract Period; based on the standard Scottish Government National KPI IDs. This document also contains guidance in relation to any tender to be submitted by a consortium or group of bidders.
Dumfries and Galloway will require the members of any tendering group of entities (including but not limited to consortium members, members of a group of economic operators) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).
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 with several operators.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/02/2021
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 16/06/2021
IV.2.7) Conditions for opening of tenders
Date: 15/02/2021
Local time: 12:00
Place:
Dumfries and Galloway Council, Carruthers House, Dumfries
Information about authorised persons and opening procedure:
All tenders will be opened in a secure location and witnessed by members of the corporate procurement team
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published:
On expiry of the contract term and any exercised extensions
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17516. 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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17516. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Under the Framework operation, Work Package call-offs shall generally be positioned at an individual project level aligned to an individual Lot and specific value band and as such the Council is eager to maintain a direct and uninterrupted contractual and working relationship link direct into the Supplier who is providing the services into the Council.
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 are included in this requirement, and forms part of the tender evaluation criteria.
For a full explanation on Dumfries and Galloway’s community benefit approach please read section 5 in the “ProTechServices ITT” document provided within PCST.
(SC Ref:639041)
VI.4) Procedures for review
VI.4.1) Review body
Dumfries Sheriff Court
Buccleuch Street
Dumfries
DG1 2AN
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
VI.5) Date of dispatch of this notice
13/01/2021