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

Quantity Surveying Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Dumfries and Galloway Council
Council Headquarters, English Street
Contact point(s): Procurement Team
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
E-mail:

Internet address(es):

General address of the contracting authority: http://www.dumgal.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

Further information can be obtained from: Dumfries and Galloway Council
Council Headquarters, English Street
Contact point(s): Procurement Team
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
E-mail:
Internet address: http://www.dumgal.gov.uk

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Dumfries and Galloway Council
Council Headquarters, English Street
Contact point(s): Procurement Team
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
E-mail:
Internet address: http://www.dumgal.gov.uk

Tenders or requests to participate must be sent to: Dumfries and Galloway Council
Council Headquarters, English Street
Contact point(s): Procurement Team
For the attention of: Craig Bouse
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260604
E-mail:
Internet address: http://www.dumgal.gov.uk

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:
Quantity Surveying 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: Throughout Dumfries and Galloway.

NUTS code UKM32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 7

Duration of the framework agreement

Duration in years: 4

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 400 000 GBP
II.1.5)Short description of the contract or purchase(s)
Quantity Surveying Consultancy Services to be provided through a Framework Agreement on a variety of building projects over a four year period. Approximate total value of consultancy services over the four year period will be approximately GBP 400 000 however this is not guaranteed and will depend on available budgets.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=252239

The awarding authority has indicated that it will accept electronic responses to this notice via a 'Tender Submission Postbox' facility. Further details of this facility are available at http://www.publiccontractsscotland.gov.uk/PostBox/Postbox_Explain.aspx?ID=252239

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. The postbox closes precisely at the time stated.
II.1.6)Common procurement vocabulary (CPV)

71324000

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:
The scope of this contract is to provide Quantity Surveying services to Dumfries and Galloway Council for the next four years for various projects as part of a ranked framework agreement. The estimated value of this 400 000 GBP.
Estimated value excluding VAT: 400 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Dumfries and Galloway Council reserve the right to extend this framework agreement for a period of up to 12 months following the initial 3 year contract period.
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
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Starting 4.8.2013. Completion 3.8.2017

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
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: (1) All candidates will be required to produce a certificate or declaration demonstrating that they are not bankrupt or the subject of an administration order, are not being wound-up, have not granted a trust deed, are not the subject of a petition presented for sequestration of their estate, have not had a receiver, manager or administrator appointed and are not otherwise apparently insolvent.
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: (1) All candidates will be required to provide a reference from their bank.
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
(1) A statement of the candidate's average annual number of staff and managerial staff over the previous 3 years
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract;
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(5) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(6) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(7) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided
(8) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures;
(9) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(10) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(11) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(12) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
(13) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
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: yes

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 7: and maximum number 7
Objective criteria for choosing the limited number of candidates: The top 7 scorers at PQQ stage will be shortlisted to the ITT stage.
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:
DG/CB/229/13
IV.3.2)Previous publication(s) concerning the same contract

Other previous publications

Notice number in the OJEU: 2008/S 246-328034 of 16.12.2008

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: 4.3.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
11.3.2013 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
28.3.2013
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: yes
Estimated timing for further notices to be published: I would estimate that further notices for the renewal of this contract will take place around January 2017.
VI.2)Information about European Union funds
VI.3)Additional information
Dumfries and Galloway Council utilises their in-house Design Services Department to undertake all of its architectural services requirements and some of its surveying, mechanical, electrical and structural engineering requirements. However, there is a need to employ external consultants for certain areas of work.
This tendering opportunity is for the provision of quantity surveying services as part of a framework agreement whereby the Council can let individual contracts for quantity surveying consultancy services for the next 4 years. Successful providers will work under the Council's Architectural Manager, who will act as lead consultant on each project.
Those suppliers completing a PQQ should endeavour to provide information that demonstrates their capacity to undertake the work, the qualifications and experience of the staff that they employ and a breadth of experience in project work that is suited to the variety of projects that the Council is likely to require QS services for within this framework agreement. The list of project types below gives an indication of what the Council may be involved in over the next 4 years however this list is not exhaustive nor are any of the project types listed therein guaranteed:
-Minor alterations and refurbishments/major refurbishments and possible extensions of various types of Council buildings; for example office accommodation, schools, industrial units etc.
-New build projects; for example schools, offices and industrial units.
-Elemental replacement contracts on any of the above types of building that may include one or more of the following:
Roofs, Windows, Doors, Cladding, Heating and Ventilation Systems, Electrical Wiring Installation, CCTV and Door Entry Systems, Alarm Systems.
Suppliers who are eventually appointed to the quantity surveying framework should note that only these suppliers will be invited to participate in mini-tenders for construction projects in excess of 1000000 GBP project value.
(SC Ref:252239)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sheriff Court
Buccleuch Street
Dumfries
UNITED KINGDOM

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: As provided for in the Public Contracts (Scotland) Regulations 2012.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
24.1.2013