Multi-Disciplinary Consultancy Framework Agreement
Perth and Kinross Council wishes to enter into an agreement for areas and elements of Architectural, Mechanical Engineering, Electrical Engineering, Structural Engineering, Civil Engineering.
UK-Perth: services furnished by professional organisations
2012/S 183-300943
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Perth and Kinross Council
Pullar House, 35 Kinnoull Street
Contact point(s): The Environment Service – Property Division
For the attention of: Ian Inglis, Property Manager (Architecture & Premises Management)
PH1 5GD Perth
UNITED KINGDOM
Telephone: +44 1738475860
E-mail: idinglis@pkc.gov.uk
Fax: +44 1738475810
Internet address(es):
General address of the contracting authority: http://www.pkc.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
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)
Section II: Object of the contract
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
Main site or location of works, place of delivery or of performance: Perth and Kinross, Scotland.
NUTS code UK
Number of participants to the framework agreement envisaged: 21
Duration of the framework agreement
Duration in months: 44
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 600 000 and 1 200 000 GBP
The purpose of entering into such an agreement on the basis of a ‘call off’ term contract is to supplement Perth and Kinross Council’s in-house Technical Services team(s) and to allow flexibility in dealing with fluctuations (particularly peaks) in workload.
To maximise that flexibility Perth and Kinross Council may enter into an agreement with one or more consultants and will use best endeavours to ensure an even distribution of work, predicated upon economic and business requirements.
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=239627.
98112000
Estimated value excluding VAT:
Range: between 600 000 and 1 200 000 GBP
Description of these options: Option to review contract after 2-years and either terminate or extend by a further 2-years.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Number of possible renewals: 0
Section III: Legal, economic, financial and technical information
(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.
(2) 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.
(3) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
(1) A statement of the candidate’s average annual number of staff and managerial staff over the previous 3 years
(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) 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.
(4) A statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Issue tender documents to a maximum of five (5) participants from each of seven (7) disciplines = 35 participants in total from EOI list. Interview, score, evaluate and appoint the top three (3) participants from each of seven (7) disciplines = 21 participants in total.
Section VI: Complementary information
VI.5)Date of dispatch of this notice:19.9.2012