Property Prime Consultant Framework Agreement
HIE are seeking a supplier who will provide property consultancy services including Project Management and Cost Management.
UK-Dingwall: architectural, engineering and surveying services
2012/S 52-085138
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Highlands and Islands Enterprise
Earl Thorfinn House, 6 Druimchat View
For the attention of: The 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: www.hie.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00313
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 11: Management consulting services [6] and related services
Main site or location of works, place of delivery or of performance: Highlands & Islands.
NUTS code UKM6
Duration of the framework agreement
Duration in months: 48
It is expected that these services will be required from August 2012 for a period of 3 years, with HIE having the option to extend for a further one year period.
The 3 year budget to deliver this service is between 1 200 000 GBP and 1 500 000 GBP (maximum) (excluding VAT).
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=217926.
71250000, 71322100, 71251000
The 3 year budget to deliver this service is between 1 200 000 GBP and 1 500 000 GBP (maximum) (excluding VAT).
Estimated value excluding VAT:
Range: between 1 200 000 and 1 500 000 GBP
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) 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.
(6) 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
(7) 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.
Organisations must confirm they have/will have staff who are suitably qualified in appropriate Project Management and Cost Management disciplines and who hold current membership of a professional organisation such as RICS (or equivalent) in order to deliver the requirements.
(2) All candidates will be required to provide statements of accounts or extracts from those accounts relating to their business.
Full details are provided in the Pre Qualification Questionnaire.
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).
Minimum financial standards (calculated on a 2 year average in respect of each ratio) – Maximum Annual Contract Value to Annual Turnover should be less than or equal to 25 %; Profit Before Interest & Tax should show a profit and Liquidity should be 1.0 or greater.
Full details are provided in the Pre Qualification Questionnaire.
Full details are provided in the Pre Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Candidates will be selected on the basis of the information provided in the Pre Qualification Questionnaire.
Section VI: Complementary information
Estimated timing for further notices to be published: 4 years
Reference to project(s) and/or programme(s): Call offs from this Framework may be funded by the European Regional Developement Fund (ERDF).
This free registration process will also give 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.
Capability and capacity will be determined based on responses provided to the PQQ questions. Completed PQQs must be received by the date and time indicated with all questions answered. The highest scoring submissions will be invited to tender (ITT).
This Framework will be non-exclusive ie 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:217926).
VI.5)Date of dispatch of this notice:12.3.2012