By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Building Control Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Rutland County Council
Council Offices, Catmose
For the attention of: James Frieland
LE15 6HP Oakham
UNITED KINGDOM
E-mail:

Internet address(es):

General address of the contracting authority: www.rutland.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Regional or local authority
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Building Control Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: In the County of Rutland.

NUTS code UKF22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Statutory building control services for Rutland County Council, a small unitary authority.
II.1.6)Common procurement vocabulary (CPV)

71631300, 71247000, 71315400

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 1 000 000 and 1 400 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: The Council has options to extend the duration of the contract from the initial period of three years, by up to four extensions each of one year, making a possible maximum length of seven years.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: yes
II.3)Duration of the contract or time limit for completion
Starting 1.4.2014. Completion 31.3.2021

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Bidders will need to satisfy the Authority that they have the necessary financial resilience and capability to fund and / or secure funding sufficient to finance the services.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
The financing arrangements will be agreed with the successful bidder and set out in the final contract.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Bidders must state clearly on the pre-qualification questionnaire the nature of their business, e.g. limited company, partnership. Bidders should indicate whether the staff allocated to this contract are employed or self-employed.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Approved inspectors undertaking this role would not be able to operate on other building control work in the County of Rutland.
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Tenderers may be excluded if a director / partner / proprietor is in the state of bankruptcy, has been convicted of a criminal offence related to business or professional conduct, has committed grave misconduct in the course of business, has not fulfilled conditions related to the payment of taxes, or is guilty of misrepresentation in supplying information.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Company turnover, pre tax profit, organisation's net worth, present cash and credit position, meeting banking arrangements, meeting obligations to pay creditors and / or staff. Tenderer's information and reputable credit checking agencies may be used in this evaluation.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Bidders will be expected to support the Council in its continued membership of LABC (Local Authority Building Control) or be members of LABC themselves.
Minimum level(s) of standards possibly required:
Staff must be suitably qualified and experienced. Building control surveyors will be expected to have at least five years experience in a building control role, hold a recognised professional qualification in an appropriate field and be eligible for membership of an appropriate professional body.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 5: and maximum number 6
Objective criteria for choosing the limited number of candidates: Selection criteria and weightings are set out in the pre-qualification questionnaire.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 9.7.2013 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
16.7.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
31.7.2013
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
Documents will be despatched electronically but pre-qualification questionnaires and completed tenders must be returned in hard copy format as specified in the documentation. Any submissions made by e-mail will be discounted.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Chief Executive
Rutland County Council, Catmose Street
LE15 6HP Oakham
UNITED KINGDOM
Telephone: +44 1572722577

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: Rutland County Council will incorporate a minimum 10 day standstill period at the point of notification of the decision to award the contract. The decision notice will incorporate the award criteria, the reasons for the decision, the reasons (if any) why a tenderer did not meet any specification, the identity of the successful tenderer and a precise statement of when the standstill period is expected to end. Any appeal or challenge against the award decision must be communicated to the address stated in I.1 above within the standstill period. If an appeal or challenge to award the contract has not been successfully resolved the Public Contracts Regulations 2006 As Amended provide for aggrieved parties to take action in the High Court. Any such action must be brought promptly (generally within 3 months, although this time period may be reduced to 30 days in certain circumstances). Where a legal challenge is launched the Contracting Authority would be obliged to suspend the making of a contract. Where a legal challenge is made after the contract has been entered into then that contract could be declared ineffective and / or shortened and / or a fine imposed by the Court.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
7.6.2013