Principal Designer and Clerk of Work Services for Midlothian Primary Schools
A term contract Project Manager, Quantity Surveyor, Principal designer, Clerk of works appointment to support the development work across the school estate.
United Kingdom-Dalkeith: Construction consultancy services
2018/S 179-405828
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Midlothian House, Buccleuch Street
Dalkeith
EH22 1DN
United Kingdom
Contact person: Tim Higgins
Telephone: +44 1312707500
E-mail: tim.higgins@midlothian.gov.uk
Fax: +44 1316542797
NUTS code: UKM73Internet address(es):Main address: http://www.midlothian.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00336
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
PM, QS, Principal Designer and Clerk of Work Services for Midlothian Primary Schools
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
A term contract Project Manager, Quantity Surveyor, Principal designer, Clerk of works appointment to support the development work across the school estate.
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Midlothian
II.2.4)Description of the procurement:
The scope of works embraces the provision of multi-disciplinary services associated with the construction of primary school in Midlothian consisting of General School building with community space and the possibility of playing fields, plant, car parking, landscaping and other works and services associated with the construction of buildings of this type. Midlothian Council is looking to procure a term contract Project Manager/ Quantity Surveyor, Principal designer / Clerk of works appointment to support the development work across the school estate. This role will be a single appointment and will be made to a nominated lead. The sub-consultants can either be in house or external but the council will only enter into contract with the nominated project manager and it will be up to them to then appoint the necessary sub-consultants below them.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Two optional 12 month extension periods
II.2.9)Information about the limits on the number of candidates to be invited
Responses provided to the ESPD section IV C: Technical and Professional Ability
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.
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 = 10m GBP,
Public Liability Insurance = 10m GBP,
Professional Indemnity Insurance = 10m GBP,
Product Liability Insurance = 10m GBP,
http://www.hse.gov.uk/pubns/hse40.pdf
— The Authority will use Experian to check the financial stability / risk associated with a Tenderer, and require that they have at least a score of 51 out of 100, or ‘Below Average Risk’. Failing that, the Authority will use reasonable measures to ensure that appointing the Tenderer does not provide an elevated risk in terms of their financial stability and will request such information as may be reasonable necessary to ascertain that.
III.1.3)Technical and professional ability
— Bidders will be required to provide three examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. This should specifically relate to Educational Facilities/New Schools and not include previous examples of work with Midlothian Council,
— Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control,
— Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice,
— Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice,
— Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Accreditation from a relevant professional body for each of the disciplines within the appointment,
— Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Membership of a relevant, Project Management professional body, Membership of a relevant Quantity Surveyor professional body, Membership of a relevant professional Principal Designer /CDM body, Membership of a relevant Clerk of Works body,
— Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements: to meet the standards set in the Additional Standard Statements document uploaded with the ESPD documents,
— Bidders will be required to confirm their average annual manpower for the last three years, broken down into the relevant disciplines,
— Bidders will be required to confirm their and the number of managerial staff for the last three years, broken down into the relevant disciplines,
— Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract broken down by each trade or element of the contract to be sub-contracted.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)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:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
— Any questions in relation to this procurement exercise may be asked by using the Question and Answer facility provided on the Contract Notice only. Directly contacting anyone at the Authority other that the Procurement contact provided in the documents may result in your exclusion from any further part in the process,
— If you suspect there are any errors or omissions in any aspect of this procurement exercise, either in terms of the information and documentation provided, or the process itself, you should immediately highlight this to the Authority using the Question and Answer facility. Failing to do so could result in your submission being deemed to be non-compliant,
— Please refer to the additional standard statements in relation to the ESPD attached with the procurement documents.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=557496.
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:
Tenderers will be asked to propose various Community Benefits proportional to the type and value of the contract they will provide if appointed, and this will be a scored question within the Invitation to Tender document.
(SC Ref:557496)
VI.4.1)Review body
Midlothian House, Buccleuch Street
Dalkeith
EH22 1DN
United Kingdom
Telephone: +44 1312707500
Fax: +44 1316542797Internet address: http://www.midlothian.gov.uk
VI.5)Date of dispatch of this notice: