Contract for “Redbridge Investment Vehicle Development Consultancy” in the London Borough of Redbridge
The Council of the London Borough of Redbridge (“the Authority”) invites Tenders for the Contract for “Redbridge Investment Vehicle Development Consultancy” in the London Borough of Redbridge (“the Contract”). The Contract will commence on 12.8.2014 and shall continue up to and including 31.3.2016.
United Kingdom-Ilford: Construction consultancy services
2014/S 078-136333
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
London Borough of Redbridge
Strategic Procurement, 7th Floor Front, Lynton House, 255-259 High Road
For the attention of: Mr Stephen Potter
IG1 1NN Ilford
UNITED KINGDOM
Telephone: +44 2087083085
E-mail: steve.potter@redbridge.gov.uk
Internet address(es):
General address of the contracting authority: www.redbridge.gov
Address of the buyer profile: www.londontenders.org
Section II: Object of the contract
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: London Borough of Redbridge.
NUTS code UKI21
71530000, 70000000
Section III: Legal, economic, financial and technical information
(a) is bankrupt or is being wound up, where his affairs are being administered by the court, where he has entered into an arrangement with creditors, where he has suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order compulsory winding up the administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a judgement which has the force of res judicata in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contract authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which he is established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this Section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organization, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 May 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
Information and formalities necessary for evaluating if requirements are met:
Tenderers will be required to complete a Qualification Questionnaire to ascertain the organisation’s financial viability, technical capacity, experience in delivering similar high quality services, satisfactory policies on Equalities, Health and Safety, Prevention of Bribery, Environment & Sustainability, and also the provision of satisfactory references. The Council shall only evaluate Qualification Questionnaires submitted by those Tenderers whose annual turnover is no less than £1,000,000.00. Tenderers shall note that the Questionnaire is a pre-requisite to the Tender submission and failure to meet the qualifying criteria as indicated above will result in the submitted Tender not being further considered.
(c) a statement of the undertaking’s overall turnover and, where appropriate , of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information of these turnovers is available.
Information and formalities necessary for evaluating if requirements are met:
Tenderers will be required to complete a Qualification Questionnaire to ascertain the organisation’s financial viability, technical capacity, experience in delivering similar high quality services, satisfactory policies on Equalities, Health and Safety, Prevention of Bribery, Environment & Sustainability, and also the provision of satisfactory references. The Council shall only evaluate Qualification Questionnaires submitted by those Tenderers whose annual turnover is no less than £1,000,000.00. Tenderers shall note that the Questionnaire is a pre-requisite to the Tender submission and failure to meet the qualifying criteria as indicated above will result in the submitted Tender not being further considered.
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: – where the recipient was a contracting authority, in the form of certificates issues or countersigned by the competent authority, – where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator;
(d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking’s study and research facilities;
(f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking’s managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
Information and formalities necessary for evaluating if requirements are met:
Tenderers will be required to complete a Qualification Questionnaire to ascertain the organisation’s financial viability, technical capacity, experience in delivering similar high quality services, satisfactory policies on Equalities, Health and Safety, Prevention of Bribery, Environment & Sustainability, and also the provision of satisfactory references. The Council shall only evaluate Qualification Questionnaires submitted by those Tenderers whose annual turnover is no less than £1,000,000.00. Tenderers shall note that the Questionnaire is a pre-requisite to the Tender submission and failure to meet the qualifying criteria as indicated above will result in the submitted Tender not being further considered.
Section IV: Procedure
Section VI: Complementary information
Geoff Pearce, Director of Finance and Resources
London Borough of Redbridge, Lynton House, 255-259 High Road
IG1 1NN Ilford, Essex
UNITED KINGDOM
E-mail: geoff.pearce@redbridge.gov.uk
Telephone: +44 2087083588
Body responsible for mediation procedures
CEDR Solve – International Dispute Resolution Centre
70 Fleet Street
EC4Y IEU London
UNITED KINGDOM
E-mail: info@cedr.co.uk
Telephone: +44 2075366060