Professional Property Services Contract Hull
Property management services of real estate on a fee or contract basis. This contract notice is for the provision of professional property services support to assist the service in managing its property assets.
United Kingdom-Hull: Building consultancy services
2014/S 239-420939
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Humberside Fire and Rescue Service
Headquarters, Summergroves Way
Contact point(s): Procurement
For the attention of: Dave Lofthouse
HU4 7BB Hull
UNITED KINGDOM
Telephone: +44 1482567177
E-mail: dlofthouse@humbersidefire.gov.uk
Fax: +44 1482567495
Internet address(es):
General address of the contracting authority: www.humbersidefire.gov.uk
Electronic access to information: www.delta-esourcing.com
Electronic submission of tenders and requests to participate: www.delta-esourcing.com
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 27: Other services
NUTS code UKE11
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)
The contractor must supply the all following services as a minimum requirement:
— Estates and valuation services (including options appraisals, feasibility studies),
— Architectural services,
— Structural engineering,
— Mechanical and electrical engineering services,
— Quantity surveying services,
— Building surveying services,
— Project management and site supervision,
— Contract management and cost control,
— Procurement of construction,
— Landscape architectural services,
— Site inspection and management of site investigation works,
— Coordinator services under the construction (Design and Management) Regulations (2007),
— Building control and planning approval submissions,
— Management of cyclical maintenance.
II.1.6)Common procurement vocabulary (CPV)
71315200, 71315210, 70330000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 300 000 and 400 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
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.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006.
III.2.3)Technical capacity
(a) A list of the works carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct.
(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.
(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.
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006.
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service
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
IV.2.1)Award criteria
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
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hull:-Building-consultancy-services./4EDDC9FM4W
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4EDDC9FM4W
GO Reference: GO-2014128-PRO-6212938.
VI.4.1)Body responsible for appeal procedures
Humberside Fire and Rescue Service
Headquarters, Summergroves Way
HU4 7BB Hull
UNITED KINGDOM
E-mail: dlofthouse@humbersidefire.gov.uk
Telephone: +44 1482567177
Internet address: www.humbersidefire.gov.uk
Fax: +44 1482567495
Body responsible for mediation procedures
Humberside Fire and Rescue Service
Headquarters, Summergroves Way
HU4 7BB Hull
UNITED KINGDOM
E-mail: dlofthouse@humbersidefire.gov.uk
Telephone: +44 1482567177
Internet address: www.humbersidefire.gov.uk
Fax: +44 1482567495
VI.4.3)Service from which information about the lodging of appeals may be obtained
Humberside Fire and Rescue Service
Headquarters, Summergroves Way
HU4 7BB Hull
UNITED KINGDOM
Telephone: +44 1482567177
VI.5)Date of dispatch of this notice: