Urban Regeneration Tender – Riverside Inverclyde Consultants Framework Agreement
The Framework is for the provision of Construction Consultancy services on Riverside Inverclyde’s Regeneration Programme over a three year period from 2014-2017 with an option to extend by a further year.
United Kingdom-Greenock: Architectural and related services
2014/S 102-179228
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Riverside Inverclyde
Ladyburn Business Centre, 20 Pottery Street
For the attention of: Fiona Maguire
PA15 2UH Greenock
UNITED KINGDOM
Telephone: +44 1475755080
E-mail: fiona.maguire@riversideinverclyde.com
Internet address(es):
General address of the contracting authority: www.riversideinverclyde.com
Electronic access to information: www.publiccontractsscotland.gov.uk
Further information can be obtained from: ADA Construction Consultants Ltd
102 Locher Crescent, Renfrewshire
For the attention of: Alan Shanks
PA6 7NP Houston
UNITED KINGDOM
Telephone: +44 1505673096
E-mail: riverside@ada-cc.co.uk
Internet address: www.ada-cc.co.uk
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: ADA Construction Consultants Ltd
102 Locher Crescent, Renfrewshire
For the attention of: Alan Shanks
PA6 7NP Houston
UNITED KINGDOM
Telephone: +44 1505673096
E-mail: riverside@ada-cc.co.uk
Internet address: www.ada-cc.co.uk
Tenders or requests to participate must be sent to: Riverside Inverclyde
Room 17, Ladyburn Business Centre, 20 Pottery Street
For the attention of: Fiona Maguire
PA15 2UH Greenock
UNITED KINGDOM
Telephone: +44 1475749828
E-mail: fiona.maguire@riversideinverclyde.com
Internet address: www.riversideinverclyde.com
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Inverclyde Council
River Clyde Homes
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 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: Inverclyde, Scotland.
NUTS code UKM35
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 48
Duration of the framework agreement
Duration in years: 3
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT:
Range: between 2 000 000 and 5 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
Inverclyde, one of Scotland’s 32 unitary authorities, also includes Inverkip, Wemyss Bay and Kilmacolm. Riverside Inverclyde URC was set up as a joint initiative between Inverclyde Council, Scottish Enterprise and the private sector, with support from the Scottish Government.
The Framework is for the provision of Construction Consultancy services on Riverside Inverclyde’s Regeneration Programme over a three year period from 2014-2017 with an option to extend by a further year. The approximate total value of the framework is 2 000 000 GBP – 5 000 000 GBP however this is not guaranteed and will depend upon available budgets and success of external funding applications. The framework will be divided into lots and consultants must submit separate fully completed submissions for each lot that they apply for.
It is also intended that Riverside Inverclyde’s subsidiary companies can call off the Framework. Riverside Inverclyde’s subsidiary companies are:
– Riverside Inverclyde (Property Holdings) Ltd;
– James Watt Dock LLP.
It is also intended that the following contracting authorities are entitled to call off the framework either individually or collectively:
– Inverclyde Council
– River Clyde Homes
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=300364
II.1.6)Common procurement vocabulary (CPV)
71200000, 71400000, 71324000, 71317210, 71300000, 71311000, 71240000, 71250000, 71315300, 72224000, 71312000, 71420000, 71220000,71317200, 71321000, 71315200, 71355000, 71315400, 71247000
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
II.2.2)Information about options
Description of these options: The framework is intended to run for 3 years from 2014-2017 with an option to extend by a further year.
Provisional timetable for recourse to these options:
in months: 36 (from the award of the contract)
II.2.3)Information about renewals
Number of possible renewals: 1
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
Information about lots
Lot No: 3 Lot title: Landscape Architectural Services
1)Short description
2)Common procurement vocabulary (CPV)
71400000, 71420000
3)Quantity or scope
5)Additional information about lots
Lot No: 6 Lot title: CDM Co-ordinator Services
1)Short description
2)Common procurement vocabulary (CPV)
71317210, 71317200
3)Quantity or scope
5)Additional information about lots
Lot No: 7 Lot title: Structural and civil engineer services
1)Short description
2)Common procurement vocabulary (CPV)
71240000, 71250000, 71300000, 71311000, 71312000
3)Quantity or scope
5)Additional information about lots
Lot No: 8 Lot title: Mechanical and electrical engineer services
1)Short description
2)Common procurement vocabulary (CPV)
71321000
3)Quantity or scope
5)Additional information about lots
Lot No: 11 Lot title: Building, land and valuation surveying services
1)Short description
2)Common procurement vocabulary (CPV)
71315300, 71300000, 71315200, 71355000
3)Quantity or scope
Lot No: 12 Lot title: Planning consultant services
1)Short description
2)Common procurement vocabulary (CPV)
71240000
3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
Lot No: 9 Lot title: Clerk of works services
1)Short description
2)Common procurement vocabulary (CPV)
71315400, 71247000
3)Quantity or scope
5)Additional information about lots
Lot No: 10 Lot title: Project management and employers agent consultancy services
1)Short description
2)Common procurement vocabulary (CPV)
72224000, 71200000
3)Quantity or scope
Lot No: 1 Lot title: Architectural services small and medium projects
1)Short description
2)Common procurement vocabulary (CPV)
71200000, 71220000
3)Quantity or scope
5)Additional information about lots
Lot No: 2 Lot title: Architectural services large projects
1)Short description
2)Common procurement vocabulary (CPV)
71200000, 71220000
3)Quantity or scope
5)Additional information about lots
Lot No: 4 Lot title: Quantity surveying services small and medium projects
1)Short description
2)Common procurement vocabulary (CPV)
71324000
3)Quantity or scope
5)Additional information about lots
Lot No: 5 Lot title: Quantity surveying services large projects
1)Short description
2)Common procurement vocabulary (CPV)
71324000
3)Quantity or scope
5)Additional information about lots
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
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: Refer pre-qualification questionnaire.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
(2) 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;
(3) 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;
(4) 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.
Refer pre-qualification questionnaire.
III.2.2)Economic and financial ability
Refer pre-qualification questionnaire.
III.2.3)Technical capacity
Refer pre-qualification questionnaire.
III.3.1)Information about a particular profession
Reference to the relevant law, regulation or administrative provision: Refer pre-qualification questionnaire.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: Please refer to pre-qualification questionnaire for further information.
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.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.2)Information about European Union funds
Reference to project(s) and/or programme(s): This is dependent on the outcome of funding applications.
VI.3)Additional information
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: