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

Measured Term Contract.

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: Andrea Watson
DG1 2DD Dumfries
UNITED KINGDOM
Telephone: +44 1387260616
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: 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:
Measured Term Contract.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 1: Maintenance and repair services
Main site or location of works, place of delivery or of performance: Throughout Dumfries and Galloway Region.

NUTS code UK

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: 18

Duration of the framework agreement

Duration in months: 48

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

Estimated value excluding VAT: 2 050 800 GBP
II.1.5)Short description of the contract or purchase(s)
For the provision of Measured Term Contract for Repairs and Maintenance to Council and Other Properties.
Although Dumfries and Galloway Council does not guarantee to purchase any of the following, it is likely to require to agree a framework contract and rates for supply of the following trades for a Measured Term Contract lasting initially for 3 years with the provision to extend for a further one year depending on supplier performance: electrical, multi-trade (joiner/builder), painting work, plumbing work and roofing work.

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=272679.

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=272679.

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)

71314100, 45442100, 44220000, 45332200, 45261900

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: yes
Tenders may be submitted for one or more lots
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:
For details, please refer to the explanation of requirements on page 3 of the attached qualification questionnaire. Although this is an indication of our annual requirements, it is not a guarantee that these goods/services will be purchased.
Estimated value excluding VAT: 2 050 800 GBP
II.2.2)Information about options
Options: yes
Description of these options: Providing supplier performance is satisfactory, then there will be the option to extend the framework agreement by 1 further year.
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: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Information about lots

Lot No: 1 Lot title: Measured Term Contract - electrical work.
1)Short description
Electrical repairs and maintenance to Council and other properties. The initial contract will be for the period of 3 years with the option to extend by one further year depending on budget availability and supplier performance.
2)Common procurement vocabulary (CPV)

71314100

3)Quantity or scope
Although DGC does not bind itself to buy any of the following goods or services, the indicative requirements are noted in the explanation on page 3 of the attached qualification questionnaire.
Estimated value excluding VAT: 994 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The lot will be split into 9 geographic regions and suppliers may tender for as few or as many areas as they wish.
Lot No: 2 Lot title: Measured Term Contract - painting work.
1)Short description
Painting repairs and maintenance to Council and other properties. The initial contract will be for the period of 3 years with the option to extend by one further year depending on budget availability and supplier performance.
2)Common procurement vocabulary (CPV)

45442100

3)Quantity or scope
Although DGC does not bind itself to buy any of the following goods or services, the indicative requirements are noted in the explanation on page 3 of the attached qualification questionnaire.
Estimated value excluding VAT: 126 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The lot will be split into 9 geographic regions and suppliers may tender for as few or as many areas as they wish.
Lot No: 3 Lot title: Measured Term Contract - joinery/building work.
1)Short description
Joinery/Building repairs and maintenance to Council and other properties. The initial contract will be for the period of 3 years with the option to extend by one further year depending on budget availability and supplier performance.
2)Common procurement vocabulary (CPV)

44220000

3)Quantity or scope
Although DGC does not bind itself to buy any of the following goods or services, the indicative requirements are noted in the explanation on page 3 of the attached qualification questionnaire.
Estimated value excluding VAT: 260 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The lot will be split into 9 geographic regions and suppliers may tender for as few or as many areas as they wish.
Lot No: 4 Lot title: Measured Term Contract - plumbing work.
1)Short description
Plumbing repairs and maintenance to Council and other properties. The initial contract will be for the period of 3 years with the option to extend by one further year depending on budget availability and supplier performance.
2)Common procurement vocabulary (CPV)

45332200

3)Quantity or scope
Although DGC does not bind itself to buy any of the following goods or services, the indicative requirements are noted in the explanation on page 3 of the attached qualification questionnaire.
Estimated value excluding VAT: 238 800 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The lot will be split into 9 geographic regions and suppliers may tender for as few or as many areas as they wish.
Lot No: 5 Lot title: Measured Term Contract - roofing work
1)Short description
Roofing repairs and maintenance to Council and other properties. The initial contract will be for the period of 3 years with the option to extend by one further year depending on budget availability and supplier performance.
2)Common procurement vocabulary (CPV)

45261900

3)Quantity or scope
Although DGC does not bind itself to buy any of the following goods or services, the indicative requirements are noted in the explanation on page 3 of the attached qualification questionnaire.
Estimated value excluding VAT: 432 000 GBP
4)Indication about different date for duration of contract or starting/completion
Duration in months: 48 (from the award of the contract)
5)Additional information about lots
The lot will be split into 9 geographic regions and suppliers may tender for as few or as many areas as they wish.

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:
Delivery Payment.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Joint and Several Liability
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.
As stated in the attached qualification questionnaire.
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 statements of accounts or extracts from those accounts relating to their business.
As stated in the attached qualification questionnaire
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) 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
(4) A statement of the candidate's technical facilities; measures for ensuring quality; and their study and research facilities;
(5) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(6) 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.
(7) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
As stated in the attached qualification questionnaire
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 number of operators: 18
Objective criteria for choosing the limited number of candidates: Based on suppliers' responses to the PQQ - Financial Standing; experience in servicing similar contracts; staff qualifications and experience; capacity to undertake the volume of work anticipated. Primary and secondary contractors will be appointed.
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/AW/255/13
IV.3.2)Previous publication(s) concerning the same contract
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: 24.9.2013
IV.3.4)Time limit for receipt of tenders or requests to participate
1.10.2013 - 14:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
22.10.2013
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: 4 years from commencement of this framework agreement
VI.2)Information about European Union funds
VI.3)Additional information
The contract will be considered as a contract made in Scotland and will be subject to the exclusive jurisdiction of the Scottish Courts.
(SC Ref:272679)
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
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:
13.8.2013