Strategic Partnership for Engineering and Technical Services Framework
Cormac Solutions Ltd, a Cornwall Council wholly owned company wishes to develop a mutually beneficial framework partnership with a single external service provider to provide the required range of engineering and technical related consultancy services.
UK-Bodmin: engineering services
2012/S 199-327634
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Cormac Solutions Ltd
Central Group Centre, Castle Canyke Road
Contact point(s): Tim Hack
PL31 1DZ Bodmin
UNITED KINGDOM
Telephone: +44 1872323313
E-mail: tenders@cormacltd.co.uk
Fax: +44 1872324554
Internet address(es):
General address of the contracting authority: http://www.cornwall.gov.uk
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 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: UKK3.
NUTS code
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000,00 and 20 000 000,00 GBP
Please note: this is a re-advertisement of an earlier Contract Notice 2012S 132 219813 which, to ensure full compliance with prevailing procedural processes is now effectively cancelled and superceded by this new revised notice. However, any organisation that previously submitted a PQQ is permitted to either rely on that original submission or has an opportunity to resubmit if during the subsequent timespan significant factors may have arisen that could enhance or improve their overall PQQ submission.
71300000, 71250000, 71311000, 71311100, 71311210, 71311220, 71312000, 71313000, 71313400, 71322300, 71324000, 71355000, 71400000, 71500000, 71600000, 71631450, 71900000, 71313440
The intention is to let a two year framework arrangement, with the option for a one year extension and subsequent option for a further one year extension.
The appointed supplier will be required to provide Services for the whole of Cormac Solutions Ltd, Cornwall Council or their successor in title, and include for the following:
The services will be for all directorates of Cornwall Council,, plus Parish, Town & City Councils and other public sector organisations and bodies (including Schools, Housing Associations / Housing Management Organisations, Police, NHS / Primary Care Trusts, etc.), who may at a later date adopt the terms and conditions of this framework arrangement. Whilst there is no guaranteed quantity or spend, the estimated value of Cormac Solutions Ltd spend is likely to be in the region of £500,000. to £2,000,000 per annum The potential estimated total value is likely to exceed this range of spend if other organisations decide to participate. The intention is to let a contract / framework arrangement for the period of up to 4 years.
Estimated value excluding VAT:
Range: between 2 000 000,00 and 20 000 000,00 GBP
Description of these options: The intention is to let an initial two year framework arrangement, with the option for a one year extension and subsequent option for a further one year extension.
Provisional timetable for recourse to these options:
in months: 24 (from the award of the contract)
Section III: Legal, economic, financial and technical information
Description of particular conditions: The Framework will be subject to Cormac Solutions, Cornwall Council or other Terms and Conditions of Contract .Relating to the ordering authority.
Economic operators subject to any of the following [may/will] not be considered where the said operator.
(a) is bankrupt or is being wound up, where their affairs are being administered by the court, where they have entered into an arrangement with creditors, where they have suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations;
(c) has been convicted by a final judgment in accordance with the legal provisions of the country of any offence concerning his professional conduct;
(d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate;
(e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information;
(h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA;
(i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26 June 1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively;
(j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities;
(k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10 June 1991 on prevention of the use of the financial system for the purpose of money laundering.
(l) has been the subject of a conviction for failing to prevent Bribery or Corruption as stated under section 7 of the Bribery Act 2010
(a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
(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 three 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.
(d) the criteria listed in III.2.1; and
(e) any other information or documents referred to in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required: Please refer to the Pre-Qualification Questionnaire.
May include, but shall not be limited to.
(a) service providers must be able to demonstrate they are able to deliver the full range of services specified, and can demonstrate ability to coordinate multi disciplinary resources
(b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given:
— where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority,
— where the recipient was a private purchaser, by the purchaser’s certification or, failing this, simply by a declaration by the economic operator.
(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;
(d) 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;
(e) 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;
(f) a statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last three years;
(g) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
(h) the criteria listed in III.2.1; and
(i) any other information or documents referred to in the Pre-Qualification Questionnaire.
Minimum level(s) of standards possibly required:
Please refer to the Pre-Qualification Questionnaire.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Parties will be provided with the criteria to be used for choosing the limited number of candidates. This will be contained in the Pre-Qualification Questionnaire.
Prior information notice
Notice number in the OJEU: 2012/S 063-102168 of 23.3.2012
Other previous publications
Notice number in the OJEU: 2012/S 132-219813 of 9.7.2012
Payable documents: no
Section VI: Complementary information
Reference to project(s) and/or programme(s): Projects and or programmes of work in Cornwall may be funded in part by European Union Funds.
It is the Council’s view that the Acquired Rights Directive 77/187/EEC and or the Transfer of Undertakings.
(Protection of Employment) Regulations 2006 may apply to this contract.