Real Estate Services – Management of Rural Land Scotland
Scottish Water Commercial Land Management requires a pan-Scotland Rural Estate Management service in respect of nearly 60,000 acres of owned water catchments as well a variety of small property holdings, houses, reservoirs and woodlands held to secure the effective delivery of water and waste-water services throughout Scotland.
United Kingdom-Glasgow: Real estate services
2014/S 194-343534
Contract notice – utilities
Services
Directive 2004/17/EC
Section I: Contracting entity
I.1)Name, addresses and contact point(s)
Scottish Water
The Bridge, Buchanan Gate Business Park, Stepps, Cumbernauld Road
Contact point(s): PSC
For the attention of: Charlie Hall
Glasgow
UNITED KINGDOM
Telephone: +44 1414147990
E-mail: procurementhelpline@scottishwater.co.uk
Internet address(es):
General address of the contracting entity: www.scottishwater.co.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10303
Electronic access to information: http://www.publiccontractsscotland.gov.uk/
Electronic submission of tenders and requests to participate: www.publiccontractsscotland.gov.uk
Further information can be obtained from: Scottish Water
The Bridge, Buchanan Gate Business Park, Stepps, Cumbernauld Road
Glasgow
UNITED KINGDOM
Telephone: +44 1414147990
Specifications and additional documents (including documents for 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)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: Pan Scotland.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 4
Duration of the framework agreement
Duration in years: 5
II.1.5)Short description of the contract or purchase(s):
Scottish Water Commercial Land Management requires a pan-Scotland Rural Estate Management service in respect of nearly 60,000 acres of owned water catchments as well a variety of small property holdings, houses, reservoirs and woodlands held to secure the effective delivery of water and waste-water services throughout Scotland. The key drivers are protecting the quality and integrity of water supplies/waste-water treatment along with the achievement of Scottish Water’s wider business objectives of contributing to financial out-performance against its 2015-2021 Strategic Plan, maximising the value of its property portfolio and expanding the utilisation of its land and assets for renewable energy generation.
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=322307
II.1.6)Common procurement vocabulary (CPV)
70000000, 70300000, 73220000, 90713000
II.1.7)Information about Government Procurement Agreement (GPA)
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 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.
III.2.3)Technical capacity
(2) 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.
(3) All candidates will be required to provide certification drawn up by an independent body attesting the compliance of the economic operator with quality assurance standards based on the relevant European standards.
(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) 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;
(6) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
(7) 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
Some candidates have already been selected (if appropriate under certain types of negotiated procedures): no
IV.2.1)Award criteria
IV.3.1)File reference number attributed by the contracting entity:
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.5)Date of dispatch of this notice: