Marine Engineering Consultancy and Design Support Services Glasgow
The core services for which there has been and is likely to be an on-going requirement for marine civil engineering services are: Engineering inspections and reviews. Maintenance and repair works. Capital infrastructure projects. Project management.
United Kingdom-Port Glasgow: Civil engineering consultancy services
2015/S 111-201982
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
Contact point(s): Procurement
For the attention of: George Mcgregor
PA14 5EQ Port Glasgow
UNITED KINGDOM
Telephone: +44 1475749920
Fax: +44 1475745109
Internet address(es):
General address of the contracting entity: http://www.cmassets.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA23223
Further information can be obtained from: Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
For the attention of: George McGregor
PA14 5EQ Port Glasgow
UNITED KINGDOM
Telephone: +44 1475749920
Fax: +44 1475745109
Internet address: http://www.cmassets.co.uk
Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained from: Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
For the attention of: George McGregor
PA14 5EQ Port Glasgow
UNITED KINGDOM
Telephone: +44 1475749920
Fax: +44 1475745109
Internet address: http://www.cmassets.co.uk
Tenders or requests to participate must be sent to: Caledonian Maritime Assets Ltd (Utility)
Municipal Buildings, Fore Street
For the attention of: George McGregor
PA14 5EQ Port Glasgow
UNITED KINGDOM
Telephone: +44 1475749920
Fax: +44 1475745109
Internet address: http://www.cmassets.co.uk
I.2)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting entity:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Scotland.
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s):
We are seeking to competitively source the provision of Marine and Civil engineering related consultancy services for our complex and diverse port infrastructure portfolio through a framework agreement.
The proposal is that the framework will cover the core range of services which may be required throughout the duration.
The core services for which there has been and is likely to be an on-going requirement for marine civil engineering services are:
— Engineering inspections and reviews.
— Maintenance and repair works.
— Capital infrastructure projects.
— Project management.
— Project design and preparation.
— Engineering design services and studies.
— Construction site supervision.
— Development and input to tendering process.
— Tender evaluation processes.
As this will be a Framework Agreement there is no guarantee that any Candidate appointed will be instructed or provided with a particular volume of work.
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=401172
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)
71311000, 71312000, 71313000, 79415200
II.1.7)Information about Government Procurement Agreement (GPA)
II.2.1)Total quantity or scope:
We are seeking to competitively source the provision of Marine and Civil engineering related consultancy services for our complex and diverse port infrastructure portfolio through a framework agreement.
The proposal is that the framework will cover the core range of services which may be required throughout the duration.
The core services for which there has been and is likely to be an on-going requirement for marine civil engineering services are:
— Engineering inspections and reviews.
— Maintenance and repair works.
— Capital infrastructure projects.
— Project management.
— Project design and preparation.
— Engineering design services and studies.
— Construction site supervision.
— Development and input to tendering process.
— Tender evaluation processes.
As this will be a Framework Agreement there is no guarantee that any Candidate appointed will be instructed or provided with a particular volume of work.
Estimated value excluding VAT
Range: between 4 000 000 and 8 000 000 GBP
II.2.2)Information about options
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
(2) All candidates will be required to produce a certificate or declaration demonstrating that the candidate, their directors, or any other person who has powers of representation, decision or control of the candidate has not been convicted of conspiracy, corruption, bribery, or money laundering. Failure to provide such a declaration will result in the candidate being declared ineligible and they will not be selected to participate in this procurement process.
(3) All candidates will be required to produce a certificate or declaration demonstrating that they have not been convicted of a criminal offence relating to the conduct of their business or profession.
(4) All candidates will be required to produce a certificate or declaration demonstrating that they have not committed an act of grave misconduct in the course of their business or profession.
(5) All candidates must comply with the requirements of the State in which they are established, regarding registration on the professional or trade register.
(6) Any candidate found to be guilty of serious misrepresentation in providing any information required, may be declared ineligible and not selected to continue with this procurement process.
(7) All candidates will have to demonstrate that they are licensed, or a member of the relevant organisation, in the State where they are established, when the law of that State prohibits the provision of the services, described in this notice, by a person who is not so licensed or who is not a member of the relevant organisation.
(8) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of social security contributions under the law of any part of the United Kingdom or of the relevant State in which the candidate is established.
(9) All candidates will be required to produce a certificate or declaration demonstrating that they have fulfilled obligations relating to the payment of taxes under the law of any part of the United Kingdom or of the relevant State in which the economic operator is established.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide evidence of relevant professional risk indemnity insurance.
(3) All candidates will be required to provide a statement, covering the 3 previous financial years including the overall turnover of the candidate and the turnover in respect of the activities which are of a similar type to the subject matter of this notice.
(4) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
III.2.3)Technical capacity
(2) Details of the educational and professional qualifications of their managerial staff; and those of the person(s) who would be responsible for providing the services or carrying out the work or works under the contract.
(3) All candidates will be required to provide certification from an independent body attesting conformity to environmental management standards in accordance with the Community Eco-Management and Audit Scheme (EMAS); or the European standard BS EN ISO 14001.
(4) Certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
(5) Samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests.
(6) A statement of the principal goods sold or services provided by the supplier or the services provider in the past 3 years, detailing the dates on which the goods were sold or the services provided; the consideration received; the identity of the person to whom the goods were sold or the services were provided.
(7) A check may be carried out by the contracting authority or by a competent official body of the State in which the candidate is established, to verify the technical capacity of the candidate; and if relevant, on the candidates study and research facilities and quality control measures.
(8) A statement of the candidate’s technical facilities; measures for ensuring quality; and their study and research facilities.
(9) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(10) A statement of the technicians or technical services available to the candidate to carry out the work under the contract; or be involved in the production of goods or the provision of services under the contract; particularly those responsible for quality control, whether or not they are independent of the candidate.
(11) A list of works carried out over the past 5 years, detailing the value of the consideration received; when and where the work or works were carried out; and whether they were carried out according to the rules of the trade or profession and properly completed.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Price. Weighting 30
2. Technical Ability. Weighting 70
IV.3.3)Conditions for obtaining specifications and additional documents
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information:
VI.4.1)Body responsible for appeal procedures
Caledonian Maritime Assets Ltd
Municipal Buildings, Fore Street
PA14 5EQ Port Glasgow
UNITED KINGDOM
Telephone: +44 475749933
VI.5)Date of dispatch of this notice: