Stirling Council Structural Engineer Term Contract
There is a requirement for a Structural Engineer to carry out Ad-hoc structural advice and design on Stirling Council managed and maintained buildings.
United Kingdom-Stirling: Structural engineering consultancy services
2018/S 170-387010
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Strategic Procurement, Old Viewforth
Stirling
FK8 2ET
United Kingdom
Telephone: +44 1786233384
E-mail: murphyk@stirling.gov.uk
NUTS code: UKM77
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00146
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Structural Engineer Term Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
There is a requirement for a Structural Engineer to carry out Ad-hoc structural advice and design on Stirling Council managed and maintained buildings.
This term contract opportunity will be used over a range of different construction related projects over a potential (4) year contract period.
Any organisation submitting a tender for this opportunity must be confirmed as an Approved Body for Certification of Design (Building Structures) by Structural Engineers Registration Ltd
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
There is a requirement for a Structural Engineer to carry out ad-hoc structural advice and design on Stirling Council managed and maintained buildings.
This term contract opportunity will be used over a range of different construction related projects over a potential (4) year contract period.
Any organisation submitting a tender for this opportunity must be confirmed as an Approved Body for Certification of Design (Building Structures) by Structural Engineers Registration Ltd
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Stirling Council reserves the right to extend the contract for a further 1 year + 1 year term.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
Part IV:
Selection criteria B: Economic and financial standing:
– Question 4B.1: Tenderers are required to have a minimum “general” annual turnover of 920 000 GBP for the last 2 financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
— Question 4B.2: Bidders will be required to have a minimum yearly “specific” turnover of 920 000 GBP for the last 2 years in the business area covered by the contract Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement.
Part IV:
Selection criteria B: Economic and financial standing:
– Question 4B.4: Tenderers will be required provide the following information in response to 4B.4:
—— Liquidity ratio for Current Year;
—— Liquidity ratio for Prior Year.
The formula for calculating a Tenderer’s liquidity ratio is (current assets – stock or work in progress) divided by current liabilities. This is commonly known as the “Acid Test Ratio”. The acceptable range for each financial ratio is greater than 0,8. Where a Tenderer’s Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer’s suitability to proceed in the competition.
Part IV:
Selection criteria B: Economic and financial standing:
– Question 4B.5: Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
(a) Employers (Compulsory) Liability Insurance: 10 000 000 GBP;
(b) Public Liability Insurance: 5 000 000 GBP;
(c) Professional Indemnity: 2 000 000 GBP.
Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition.
III.1.3)Technical and professional ability
Part IV:
Selection criteria C:
— Question 4C.1 Bidders will be required to provide examples of work carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the work.
Part IV:
Selection criteria D:
— Question 4D.1: Bidders must have documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).
Part IV:
Selection criteria D: Quality Assurance Schemes and Environmental Management:
– Question 4D.1:
—– Health and Safety Procedures;
—– The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11562. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Please see Method Statement 4 of the ITT document for information on Community Benefits.
(SC Ref:555388)
VI.4.1)Review body
Strategic Procurement, Old Viewforth
Stirling
FK8 2ET
United Kingdom
Telephone: +44 1786233384
E-mail: murphyk@stirling.gov.ukInternet address: http://www.stirling.gov.uk/procurement
VI.5)Date of dispatch of this notice: