Services - 551881-2019

21/11/2019    S225

United Kingdom-Ayr: Project management consultancy services

2019/S 225-551881

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: South Ayrshire Council
Postal address: County Buildings, Wellington Square
Town: Ayr
NUTS code: UKM94 South Ayrshire
Postal code: KA7 1DR
Country: United Kingdom
E-mail: Procurement@South-Ayrshire.gov.uk
Telephone: +44 3001230900
Internet address(es):
Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.2)Information about joint procurement
The contract is awarded by a central purchasing body
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

CE-51-19 — Project Management Consultancy Services Framework Agreement

Reference number: CE-51-19
II.1.2)Main CPV code
72224000 Project management consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

South Ayrshire Council has a requirement to set up a sole supplier framework agreement with a suitably competent and experienced construction consultant to provide project management consultancy services on improvement works and new build properties which are under the control of the Council’s Housing Service.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: UKM94 South Ayrshire
II.2.4)Description of the procurement:

South Ayrshire Council has a requirement to set up a sole supplier framework agreement with a suitably competent and experienced construction consultant to provide project management consultancy services on improvement works and new build properties which are under the control of the Council’s Housing Service.

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

(+1) (+1).

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

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:

It is a requirement of this procurement that tenderers hold, or can commit to obtain, prior to the commencement of any subsequently concluded framework agreement, the accreditations indicated below:

Tenderers must be a member of the Royal Institution of Chartered Surveyors (RICS).

Evidence for this requirement will be requested at the ‘Request For Documentation’ stage.

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

It is a requirement of this procurement that tenderers hold, or can commit to obtain, prior to the commencement of any subsequently concluded framework agreement, the insurance and financial requirements indicated below:

Insurances:

Employers liability insurance (compulsory) = 10 000 000 GBP in respect of each claim without limit to the number of claims.

Public liability insurance = 5 000 000 GBP in respect of each claim without limit to the number of claims.

Motor vehicle insurance = minimum third party motor vehicle liability in respect of any motor vehicle or plated plant used.

Professional indemnity insurance = 1 000 000 GBP in respect of each claim without limit to the number of claims.

Evidence for insurance requirements will be requested at the ‘Request For Documentation’ stage.

Documentation requested for the above insurances will include the names of insurers, policy numbers, expiry dates, limits of any one incident, annual aggregate caps, excesses and claims handling procedures.

Financial standing:

The Council will access a Creditsafe report for a tenderer’s organisation and use the information contained within to assist with the assessment of the tenderer’s economic and financial standing.

In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:

A copy of the organisation’s audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end.

Or

A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. Note if this information is not available in an audited format. Tenderers may be required to provide an end of period balance sheet or make the response specified below.

Or

If tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.

Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably).

In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.

Evidence for this requirement may be requested at the ‘Request For Documentation’ stage.

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

Tenderers will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the project management consultancy services framework agreement. The below requirements will be requested at the ‘Request For Documentation’ stage:

Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years for goods and services and within the last 5 years of work contracts.

If tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.

Tenderers may also be required to provide:

Technical skills

A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.

Guidance

The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.

Technical resources

A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.

Guidance

The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.

Technical confirmation

If available, copies of completion certificates or customers' written declaration which validates the examples you have provided.

Guidance

If you cannot provide certificates or customer declarations the authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please see tender documents published on PCS-T.

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.1.8)Information about the 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: 20/12/2019
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.2.7)Conditions for opening of tenders
Date: 20/12/2019
Local time: 12:00

Section VI: Complementary information

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

September 2023.

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:

Please see tender documents published on PCS-T.

The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 14657. 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

A summary of the expected community benefits has been provided as follows:

This procurement will include a community benefit requirement.

It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:

— targeted recruitment and training (providing employment and training opportunities/Apprenticeships),

— SME and social enterprise development,

— community engagement.

As part of your tender response, tenderers are requested to provide an outline of all community benefits they can offer for this contract.

(SC Ref:604669)

VI.4)Procedures for review
VI.4.1)Review body
Official name: South Ayrshire Council
Postal address: County Buildings, Wellington Square
Town: Ayr
Postal code: KA7 1DR
Country: United Kingdom
Telephone: +44 3001230900
Internet address: http://www.south-ayrshire.gov.uk/procurement/
VI.5)Date of dispatch of this notice:
18/11/2019