Environmental Monitoring of Historic Building Fabric and Museum Collections
Environmental monitoring at sites where existing environmental conditions give cause for concern for either the building fabric or for the collection of historic objects.
United Kingdom-Edinburgh: Museum services and preservation services of historical sites and buildings
2016/S 157-284773
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Longmore House, Salisbury Place
Edinburgh
EH9 1SH
United Kingdom
Contact person: Diane Sherry
Telephone: +44 1316688586
E-mail: diane.sherry@hes.scot
Fax: +44 1316688877
NUTS code: UKM25
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00164
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Environmental Monitoring of Historic Building Fabric and Museum Collections.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Historic Environment Scotland (HES) wishes to appoint a contractor to provide a programme of environmental monitoring at sites where existing environmental conditions give cause for concern for either the building fabric or for the collection of historic objects and archaeological artefacts and the provision of general advice.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Historic Environment Scotland (HES) considers it uneconomic and operationally unviable to split this requirement into multiple lots. This procurement is for a programme of environmental monitoring at sites where existing environmental conditions give cause for concern for either the building fabric or for the collection. This primarily involves the monitoring, assessment and control of temperature and relative humidity (RH) but may occasionally extend to the monitoring of other factors such as light, rainfall, vibration or insect pests. The Conservation Directorate looks after 336 listed buildings and scheduled monuments on behalf of Scottish Ministers at sites throughout Scotland. Associated with the properties are collections of historic objects and archaeological artefacts, many of which have been retained on-site for interpretation and presentation to visitors. Historic Environment Scotland’s collection comprises a wide range of materials; predominantly stone, but also more vulnerable materials such as wood, metal, bone, leather and fabrics. The collection includes over 60 active loans including ones from the Royal Armouries, Royal Collections Trust and the National Museums of Scotland.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract period is 24 months with the option to extend up to a further 24 months.
II.2.9)Information about the limits on the number of candidates to be invited
This Procurement will be conducted through the use of the Restricted Procedure. The attached ESPD (Scotland) must be completed. To aid this process, questions that are not relevant to this procurement have been marked ‘not used’. All queries regarding this procurement must be made via Public Contracts Scotland messaging system.
The process we will apply will be:
— Statements including the specific requirements can be found within Section III.1.1) III.1.2) and III.1.3) of the Contract Notice;
— Bidders must pass the minimum standards section of the ESPD (Scotland), Part III and Section B of Part IV will be scored on a pass/fail basis and Section C of Part IV of the ESPD (Scotland) will be scored in the following way:
0 — Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion;
1 — Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient / limited detail or explanation to demonstrate previous relevant experience/ capacity/capability;
2 — Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills / capacity / capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature;
3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills / capacity / capability relevant to providing similar services to similar clients;
4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.
The responses to the questions of Section III.1.3) of the Contract Notice will be weighted the following way:
ESPD (Scotland) Question:
4C.1.2: 60 %;
4C.6: 40 %.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2016.
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
ESPD (Scotland) 4A.1 Not used.
ESPD (Scotland) 4A.2 Where it is required within a bidder’s country of establishment they must confirm which authorization 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
HES use Scotbis, an independent provider of business credit reports, to assess the financial standing of tenderers. The overall aim of this assessment is to ensure, as far as possible, that any potential Supplier will not have financial difficulties that endanger their ability to perform the Contract. Historic Environment Scotland will use the Scottish Business Information Service to review the accounts of short-listed suppliers. If financial information cannot be gained from that source Historic Environment Scotland will request that you provide full audited accounts for the last full financial year. If Suppliers cannot provide any of the assurances as detailed above, and it is determined by Historic Environment Scotland that your financial strength is not adequate, then your company may not pass the financial evaluation. If you can provide the assurances as detailed above, Historic Environment Scotland may explore these options with you before determining whether your company can be taken forward in this procurement exercise. Bank details may also be sought to support the above.
With reference to ESPD (Scotland) question 4B.5, 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:
— Employers (compulsory) Liability Insurance 5 000 000 GBP;
— Public liability Insurance 1 000 000 GBP;
— Professional Indemnity Insurance 1 000 000 GBP;
— Product liability insurance 1 000 000 GBP.
http://www.hse.gov.uk/pubns/hse40.pdf
ESPD (Scotland) Questions 4B.1, 4B.2, 4B.3, 4B.4 and 4B.6. Not used.
III.1.3)Technical and professional ability
The following ESPD (Scotland) questions should be addressed by Bidders on the basis set out in each specific question. The question responses will be used to establish the technical and professional ability of the Bidders. It is therefore important that Bidders address each of the questions in detail.
4C.1 Not used;
4C.1.1 Not used;
4C.1.2 Bidders will be required to provide up to 3 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the contract notice;
4C.2 Not used;
4C.3 Not used;
4C.4 Not used;
4C.5 Not used;
4.C.6 Bidders will be required to confirm that they have relevant educational and professional qualifications to deliver the services described in part II.2.4) of the contract notice;
4C.6.1 Not used;
4.C.7 Not used;
4.C.8.1 Not used;
4.C.8.2 Not used;
4.C.9 Not used;
4.C.10 Not used;
4C.11 Not used;
4C.12 not used;
4D — not used.
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
6-9 months prior to contract end date if extension periods are not used.
VI.2)Information about electronic workflows
VI.3)Additional information:
Bidders shortlisted to tender will be required to make a visit to a historic property in the Central Belt of Scotland and will be invited to — consider environmental conditions within specified spaces at the property, and relevant impacts on the building or contents. Prepare a written assessment in the form of an Interim Report based upon the site visit and any other data provided, complete with details of their initial thoughts and recommendations regarding the internal environment and any other information considered relevant; attend a post-tender interview to present and discuss their findings and recommendations and submit a hard copy of the findings and recommendations as part of the tender process.
It should be noted that the attached draft specification (and Appendix A) is indicative, provided for information only and may be subject to revision prior to issue of the Invitation to Tender.
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=455420
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.
(SC Ref:455420).
VI.4.1)Review body
Longmore House, Salisbury Place
Edinburgh
EH9 1SH
United Kingdom
Telephone: +44 1316688866
Fax: +44 1316688877Internet address:http://www.historic-scotland.gov.uk
VI.5)Date of dispatch of this notice:
Related Posts
Oxfordshire County Council Arboricultural Services Framework
Sustainable Resource Management in Wales
Climate Change and Trading Regulatory Services Framework
Archaeological Works Tender Package Lincolnshire