Notice Information
Notice Title
M&E Engineering Consultancy Services - Framework Agreement
Notice Description
It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.
Lot Information
Lot 1
It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000489014
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294977
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45220000 - Engineering works and construction works
71311000 - Civil engineering consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Sep 20178 years ago
- Submission Deadline
- 26 Apr 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 14 Aug 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Next notice would be published in March 2021
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH AYRSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@south-ayrshire.gov.uk
- Contact Phone
- +44 3001230900
Buyer Location
- Locality
- AYR
- Postcode
- KA8 8BH
- Post Town
- Kilmarnock
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM94 South Ayrshire
- Delivery Location
- TLM94 South Ayrshire
-
- Local Authority
- South Ayrshire
- Electoral Ward
- Ayr North
- Westminster Constituency
- Ayr, Carrick and Cumnock
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR277873
M&E Engineering Consultancy Services - Framework Agreement - It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294977
M&E Engineering Consultancy Services - Framework Agreement - It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000489014-2017-09-07T00:00:00Z",
"date": "2017-09-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000489014",
"initiationType": "tender",
"parties": [
{
"id": "org-4",
"name": "South Ayrshire Council",
"identifier": {
"legalName": "South Ayrshire Council"
},
"address": {
"streetAddress": "Newton House, 30 Green Street Lane",
"locality": "Ayr",
"region": "UKM37",
"postalCode": "KA8 8BH"
},
"contactPoint": {
"email": "procurement@south-ayrshire.gov.uk",
"telephone": "+44 3001230900",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.south-ayrshire.gov.uk/procurement/"
}
},
{
"id": "org-5",
"name": "South Ayrshire Council",
"identifier": {
"legalName": "South Ayrshire Council"
},
"address": {
"streetAddress": "Newton House, 30 Green Street Lane",
"locality": "Ayr",
"region": "UKM94",
"postalCode": "KA8 8BH"
},
"contactPoint": {
"email": "procurement@south-ayrshire.gov.uk",
"telephone": "+44 3001230900",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.south-ayrshire.gov.uk/procurement/"
}
}
],
"buyer": {
"name": "South Ayrshire Council",
"id": "org-5"
},
"tender": {
"id": "CE-75-16",
"title": "M&E Engineering Consultancy Services - Framework Agreement",
"description": "It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71311000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM37"
},
{
"region": "UKM94"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-04-26T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-04-26T12:00:00Z"
},
"documents": [
{
"id": "MAR277873",
"documentType": "contractNotice",
"title": "M&E Engineering Consultancy Services - Framework Agreement",
"description": "It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR277873",
"format": "text/html"
},
{
"id": "SEP294977",
"documentType": "awardNotice",
"title": "M&E Engineering Consultancy Services - Framework Agreement",
"description": "It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294977",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "It is the intention of the Council's Professional Design Services department to set up a multi supplier Framework Agreement with up to 4 successful Service Providers who can provide M&E Consultancy Services on a variety of Capital Programme construction works projects.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2017-04-26T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Due to the character restrictions of certain PCS notice fields, the full Contract Notice can be viewed in MS Word format within the attachments area of the PCS-Tender ITT."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below: Tenderers must be a member of The Association for Consultancy and Engineering or hold an equivalent accreditation."
},
{
"type": "economic",
"description": "It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below: Insurances: Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Professional Indemnity Insurance = 2 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies. Financial Standing: The Council will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder's economic and financial standing. In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below: A copy of the organisation's audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end. OR A statement of the organisation's turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. NOTE if this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below. OR If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation's cash flow forecast for the current year and a letter from the organisation's bank outlining the current cash and credit position or other alternative means of demonstrating financial standing. Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably). In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected."
},
{
"type": "technical",
"description": "Tenderer's will be required to provide evidence of having the necessary capacity and capability to deliver the requirements if appointed to the M&E Engineering Consultancy Services - Framework Agreement. The below requirements will be requested at the \"Request For Documentation\" Stage: Two (2) examples of the provision of similar services may be requested and must be from within the last 3 years. If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided. Tenderers may also be required to provide: Technical Skills A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise. Guidance The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise. Technical Confirmation If available, copies of completion certificates or customers' written declaration which validates the examples you have provided. Guidance If you cannot provide certificates or customer declarations the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you."
},
{
"type": "technical",
"description": "Execution of the service is reserved to a particular profession"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true
},
"classification": {
"id": "45220000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Next notice would be published in March 2021"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Quality Control Requirements Tenderers may be required to provide the following for Quality Control requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested. OR Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested. Guidance The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Quality Assurance/Health and Safety Requirements Tenderers may be required to provide the following for Quality Assurance/Health and Safety Requirements: EITHER: Option A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation have, within the last twelve months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then a copy of the certificate may be requested. OR, Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested. Guidance Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by buyers and the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. (SC Ref:510956)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000489014"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000489014"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "CE-75-16",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "CE-75-16",
"awardID": "CE-75-16",
"status": "active",
"dateSigned": "2017-08-14T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 059-109845"
}
]
}