Property Consultant Framework
Project Management; Cost Management; Supervisor services.
United Kingdom-Dingwall: Construction-related services
2016/S 053-088960
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Highlands and Islands Enterprise
4B Druimchat View
Contact point(s): HIE Procurement Team
IV15 9XL Dingwall
UNITED KINGDOM
Telephone: +44 1349868977
E-mail: hieprocurement@hient.co.uk
Internet address(es):
General address of the contracting authority: http://www.hie.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
Electronic access to information: www.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: via Public Contracts Scotland web portal (http://www.publiccontractsscotland.gov.uk/)
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: via Public Contracts Scotland web portal (http://www.publiccontractsscotland.gov.uk/)
UNITED KINGDOM
Tenders or requests to participate must be sent to: via Public Contracts Scotland web portal (http://www.publiccontractsscotland.gov.uk/)
UNITED KINGDOM
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 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Highlands and Islands.
NUTS code UKM6
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Framework agreement with a single operator
Duration of the framework agreement
Duration in months: 48
II.1.5)Short description of the contract or purchase(s)
Project Management; Cost Management; Supervisor services in accordance with the NEC Form of Contract; Project Monitoring; Administration of the Prime Contractor Framework arrangements; Procurement; Sustainability and other Specialist Services.
This list is not exhaustive but provides the basis of the services required. Full details are provided in the Tender documentation.
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=432681.
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)
71500000, 71251000, 71324000, 71315200
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: HIE reserves the right to extend this framework for a period of 12 months following expiry of the original 36 months.
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Details are provided in the Tender documentation.
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.
Details are provided in the Tender documentation.
III.2.2)Economic and financial ability
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Details are provided in the Tender documentation.
Minimum level(s) of standards possibly required: Minimum levels of insurance cover — Employers Liability (10 000 000 GBP), Public Liability (10 000 000 GBP) and Professional Indemnity (5 000 000 GBP).
III.2.3)Technical capacity
(1) 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;
(2) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
Details are provided in the Tender documentation.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.4)Time limit for receipt of tenders or requests to participate
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
Estimated timing for further notices to be published: HIE reserves the right to re-tender for these services upon termination of the contract in accordance with the provisions of the Framework Conditions or at the end of the contract period, including any extension period.
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): Call offs from this Framework may be funded by the European Regional Development Fund (ERDF).
VI.3)Additional information
In order to participate, bidders should register, for free, on the Public Contracts Scotland (PCS) website (www.publiccontractsscotland.gov.uk), and record their interest in this contract and download and complete all relevant documentation.
This free process also gives suppliers access to an on-line Question & Answer facility which allows queries to be submitted (anonymously), and answers published and shared with all potential bidders.
Tenders must be submitted via the PCS postbox and be received by the date and time indicated with all questions answered. Hard copy responses will not be accepted.
This Framework will be non-exclusive i.e. HIE reserves the right, in certain circumstances, to procure out with the Framework as and when required.
The Framework will also be available for call-off by any HIE subsidiary organisation and/or associated company,subject to case-by-case prior approval by HIE.
(SC Ref:432681).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: