Health and Safety Consultancy Services London
For the British Museum. The contract is for a framework agreement to cover the provision of consultancy advice in matters of health and safety.
United Kingdom-London: Risk or hazard assessment for construction
2015/S 047-081496
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The British Museum
Great Russell Street
Contact point(s): Procurement
For the attention of: Steven Davies
WC1B 3DG London
UNITED KINGDOM
Telephone: +44 2073238739
E-mail: sdavies@thebritishmuseum.ac.uk
Internet address(es):
General address of the contracting authority: http://www.britishmuseum.org/
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 above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
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 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
NUTS code UKI1
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: 5
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 350 000 and 580 000 GBP
II.1.5)Short description of the contract or purchase(s)
II.1.6)Common procurement vocabulary (CPV)
71313410, 71317000, 71317100, 71621000, 90711100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.3)Information about renewals
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 48 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Consultancy advice in relation to the management of hazardous materials
1)Short description
2)Common procurement vocabulary (CPV)
71317000, 71621000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 40 000 and 80 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Special advisory services for health and safety in the workplace or construction
1)Short description
2)Common procurement vocabulary (CPV)
71313410, 71621000, 90711100
3)Quantity or scope
Estimated value excluding VAT:
Range: between 160 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Consultancy advice for fire risk and assessment
1)Short description
2)Common procurement vocabulary (CPV)
71317100
3)Quantity or scope
Estimated value excluding VAT:
Range: between 150 000 and 250 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists.
Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial ability
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established.
(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 3 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 on these turnovers is available.
III.2.3)Technical capacity
(b) A list of the principal deliveries effected or the main services provided in the past 3 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 issued 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.
(c) An indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator’s undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work.
(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.
(e) Where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body’s agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate.
(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.
(g) For public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract.
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
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: The justification and criteria for shortlisting economic operators to be invited to tender is available in the Pre-Qualification Questionnaire.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
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.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.The Contracting Authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement and the contract will be awarded on the basis of the most economically advantageous tender. Pre-qualification questionnaires (PQQs) are to be completed with 2 hard copies and 1 copy returned on CD or memory stick by the deadline stated in IV.3.4. Please e-mail sdavies@thebritishmuseum.ac.uk for the PQQ. Failure to complete and return a PQQ will disqualify an economic operator. Economic operators should note that the British Museum reserves the right to cancel this procurement at any stage. There is no obligation for the British Museum to place contracts under the framework agreement. Economic operators are liable for all their costs of tendering and any other costs associated with participating in this procurement.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=133440740
GO Reference: GO-201532-PRO-6407138.
VI.4.1)Body responsible for appeal procedures
The British Museum
Great Russell Street
WC1B 3DG London
UNITED KINGDOM
E-mail: sdavies@thebritishmuseum.ac.uk
Telephone: +44 2073238000
Internet address: http://www.britishmuseum.org/
Body responsible for mediation procedures
Chartered Institute of Arbitrators
12 Bloomsbury Square
WC1A 2LP London
UNITED KINGDOM
Telephone: +44 2074217444
Internet address: http://www.ciarb.org/
VI.4.3)Service from which information about the lodging of appeals may be obtained
The British Museum
Great Russell Street
WC1B 3DG London
UNITED KINGDOM
E-mail: sdavies@thebritishmuseum.ac.uk
Telephone: +44 2073238739
Internet address: http://www.britishmuseum.org/
VI.5)Date of dispatch of this notice: