Environmental Consultancy Services for Contaminated Land Projects
The Highland Council are inviting applications from suitably qualified, competent, capable and experienced service providers who may wish to be considered for inclusion on this Framework Agreement for the Provision of Consultancy Services for Contaminated Land Projects.
United Kingdom-Inverness: Environmental issues consultancy services
2014/S 219-387492
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Highland Council
The Town House, High Street
Contact point(s): Procurement; The Technical Contracts Team
IV1 1JJ Inverness
UNITED KINGDOM
Telephone: +44 1463785152
E-mail: procurement.unit2@highland.gov.uk
Internet address(es):
General address of the contracting authority: http://www.highland.gov.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
Electronic access to information: www.publiccontractsscotland.gov.uk/
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk/
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 Highland Council
The Town House, High Street
Contact point(s): The Procurement Department
For the attention of: The Technical Contracts Team
IV1 1JJ Inverness
UNITED KINGDOM
Telephone: +44 1463785152
E-mail: procurement.unit2@highland.gov.uk
Internet address: http://www.highland.gov.uk/
Tenders or requests to participate must be sent to: The Highland Council
The Town House, High Street
IV1 1JJ Inverness
UNITED KINGDOM
Telephone: +44 1463785152
Internet address: http://www.highland.gov.uk/
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: The geographical area covered by The Highland Council.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in months: 36
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 300 000 GBP
II.1.5)Short description of the contract or purchase(s)
The Highland Council are inviting applications from suitably qualified, competent, capable and experienced service providers who may wish to be considered for inclusion on this Framework Agreement for the Provision of Consultancy Services for Contaminated Land Projects.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site athttp://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=326472
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available athttp://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.
II.1.6)Common procurement vocabulary (CPV)
90713000, 90522000, 90710000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: There is a provision for a 1 year extension to the Framework Agreement.
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
III.2.3)Technical capacity
Please refer to Tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: In respect of the project specific pre-qualification evaluation the key criteria and the applicable weightings shall be as follows:
PQQ
Section Key Assessed Criteria Weightings
1. Part A Background information Not scored.
2. Part B Financial Status Not scored.
3. Part C Conviction for Criminal Offences Yes/No.
4. Part D Business Probity Yes/No.
5. Part E Service Operation and Quality* 0-10 scoring and For Information Only.
6. Part F Other Y/N.
TOTAL = 100
*individual weightings are shown against the relevant questions in the PQQ
Questions will be either: for information only, pass/fail, yes/no or scored on the basis of 0-10.
Where a question is to be answered ‘yes/no’, a ‘no’ response may result in disqualification from the process.
Where a question is to be answered ‘pass/fail’, a ‘fail’ grading shall result in the tender submission being set aside and not considered further. Weightings applicable to each question (Question 25 to Question 30 inclusive) are shown in the Pre-Qualification Questionnaire.
The highest scoring 10 respondents in the evaluation of this questionnaire assessment will be considered further for tender evaluation or invited to submit tenders. In the event that the score of the tenth ranked submission is the same as that of another organisation(s), then all those tender submissions with the same score shall also be considered.
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Quality . Weighting 70
2. Cost . Weighting 30
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
VI.4.3)Service from which information about the lodging of appeals may be obtained
The Highland Council
The Town House, High Street
IV1 1JJ Inverness
UNITED KINGDOM
E-mail: procurement.unit2@highland.gov.uk
Telephone: +44 1463785152
VI.5)Date of dispatch of this notice: