CDM Advisor Framework North Ayrshire
Framework Agreement 2017 – 2019 CDM Advisor to the Principal Designer.
United Kingdom-Irvine: Health and safety consultancy services
2017/S 021-035465
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
Contact person: CPU
Telephone: +44 1294324730
E-mail: procurement@north-ayrshire.gov.uk
Fax: +44 1294324054
NUTS code: UKM33
Address of the buyer profile:http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Framework Agreement 2017 – 2019 CDM Advisor to the Principal Designer (NA/228).
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
North Ayrshire Council is currently inviting tenders from suitably qualified companies for the provision of CDM Advisor to the Principal Designer within North Ayrshire.
The Consultant will be required to assist the Council in fulfilling their duties under the CDM Regulations 2015 and ensure that they, as Principal Designer, are complying with their obligations under the regulations.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.3)Place of performance
North Ayrshire including the islands of Arran and Cumbrae.
II.2.4)Description of the procurement:
The Consultant will be required to assist the Council in fulfilling their duties under the CDM Regulations 2015 and ensure that they, as Principal Designer, are complying with their obligations under the regulations.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall be awarded on the basis of 2 years initially with an option to extend annually for up to a further 2 years.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
ESPD Part 4A.2.2 Membership of Royal Institute or Chartered Surveyors (RICS), or Royal Institute of British Architects (RIBA), or Association for Project Safety (APS) or equivalent.
III.1.2)Economic and financial standing
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.
http://www.hse.gov.uk/pubns/hse40.pdf
Public Liability Insurance = 10 000 000 GBP.
Professional Indemnity Insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders will be required to confirm their average annual manpower (managerial / technical / admin) for the last 3 years.
Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or
2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The quality manual must include documented procedures for:
— Arrangements for monitoring quality management on an ongoing basis;
— Regularly reviewing, correcting and improving quality performance;
— Ensuring that quality management is effective in reducing / preventing incidents of sub-standard delivery;
— Providing workforce with appropriate quality related training;
— Dealing with complaints and implementing corrective measures.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. or
2. A Health and Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The health and safety policy must include documented procedures:
— for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement;
— on how the bidder obtains access to competent Health and Safety advice and assistance providing the bidder’s workforce with training and information appropriate to the type of work and this must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation;
— describing what H&S or other relevant qualifications and experience the bidder’s workforce has, in order to implement the H&S policy to a standard appropriate for the work;
— for checking, reviewing and where necessary, improving the bidders H&S performance;
— for involving the bidders workforce in the planning and implementation of H&S measures;
— for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years;
— for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged and how this is co-ordinated;
— for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;
— on arrangements for ensuring that (where applicable) on-site welfare provision meets legal requirements and the needs/expectations of the bidder’s employees.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Environmental Management Standards
1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,
or
2. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract.
The quality manual must include documented procedures for:
— ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment;
— providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;
— checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties;
— checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals;
— dealing with waste (e.g. waste management plans, waste segregation, recycling etc.);
— ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.
North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below:
Nature of the contract not suitable for Lots
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=480107.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
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 Contracting Authority does not intend to include a sub-contract clause in this contract.
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:
Non Core Community Benefits: North Ayrshire Council is committed to maximising Community Benefits from its procurement activities. Under this procurement, the successful applicant, and its supply chain, are required to support the Councils social, economic and environmental objectives relating to participation in skills development, training, employment initiatives, education initiatives, community initiatives, supporting SMEs and third sector organisations. Accordingly, contract performance conditions may relate in particular to social, economic and environmental considerations and Community Benefits may be included as a contractual requirement.
(SC Ref:480107)
Download the ESPD document here:http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=480107
VI.4.1)Review body
Cunninghame House, Friars Croft
Irvine
KA12 8EE
United Kingdom
Telephone: +44 1294324730
Fax: +44 1294324054Internet address:http://www.north-ayrshire.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Principal Designer Services for Victoria and Albert Museum
Interior Design Framework England
Design and Build Contract Bridgend
Tender for Project Management Consultancy Services Birmingham