Humberside Fire & Rescue Service is using Delta eSourcing to run this tender exercise
Notice Summary |
---|
Title: | Professional Property Services Contract |
Notice type: | Contract Notice |
Authority: | Humberside Fire & Rescue Service |
Nature of contract: | Services |
Procedure: | Restricted |
Short Description: | This contract notice is for the provision of professional property services support to assist the service in managing its property assets. The contractor will be suitably qualified and experienced and provide the service with comprehensive specialist support to assisting in managing and developing our estate with the aim of providing high-quality operational facilities.The contractor must supply the all following services as a minimum requirement.•Estates and Valuation services (including options appraisals, feasibility studies)•Architectural services•Structural Engineering•Mechanical and electrical engineering services •Quantity surveying services•Building Surveying services•Project Management and site supervision •Contract Management and Cost control•Procurement of construction •Landscape architectural services•Site inspection and management of site investigation works•Coordinator services under the Construction (Design and Management) Regulations (2007)•Building Control & Planning approval submissions•Management of Cyclical Maintenance |
Published: | 08/12/2014 10:27 |
View Full Notice
Section I: Contracting Authority
I.1)Name, Addresses and Contact Point(s):
Humberside Fire & Rescue Service
Headquarters, Summergroves Way, Hull, HU4 7BB, United Kingdom
Tel. +44 1482567177, Fax. +44 1482567495, Email: dlofthouse@humbersidefire.gov.uk, URL: www.humbersidefire.gov.uk
Contact: Procurement, Attn: Dave Lofthouse
Electronic Access URL: www.delta-esourcing.com
Electronic Submission URL: www.delta-esourcing.com
Further information can be obtained at: As Above
Specifications and additional documents: As Above
Tenders or requests to participate must be sent to: As Above
I.2)Type of the contracting authority:
Regional or local authority
I.3) Main activity:
Public Order and Safety
I.4) Contract award on behalf of other contracting authorities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object Of The Contract: SERVICES
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority: Professional Property Services Contract
II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES
Service Category: 27
Region Codes: UKE11 - Kingston upon Hull, City of
II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract
II.1.5)Short description of the contract or purchase:
Building consultancy services. Building services consultancy services. Property management services of real estate on a fee or contract basis. This contract notice is for the provision of professional property services support to assist the service in managing its property assets. The contractor will be suitably qualified and experienced and provide the service with comprehensive specialist support to assisting in managing and developing our estate with the aim of providing high-quality operational facilities.The contractor must supply the all following services as a minimum requirement.•Estates and Valuation services (including options appraisals, feasibility studies)•Architectural services•Structural Engineering•Mechanical and electrical engineering services •Quantity surveying services•Building Surveying services•Project Management and site supervision •Contract Management and Cost control•Procurement of construction •Landscape architectural services•Site inspection and management of site investigation works•Coordinator services under the Construction (Design and Management) Regulations (2007)•Building Control & Planning approval submissions•Management of Cyclical Maintenance
II.1.6)Common Procurement Vocabulary:
71315200 - Building consultancy services.
71315210 - Building services consultancy services.
70330000 - Property management services of real estate on a fee or contract basis.
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): No
II.1.8)Lots:
This contract is divided into lots: No
II.1.9)Information about variants:
Variants will be accepted: Not Provided
II.2)Quantity Or Scope Of The Contract
II.2.1)Total quantity or scope:
The contract will include the supply of comprehensive professional property services
Estimated value excluding VAT:
Range between: 300,000 and 400,000
Currency: GBP
II.2.2)Options: No
II.2.3)Information about renewals:
This contract is subject to renewal: Not Provided
II.3)Duration Of The Contract Or Time-Limit For Completion
Duration in months: 48 (from the award of the contract)
Information About Lots
Section III: Legal, Economic, Financial And Technical Information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Not Provided
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Not Provided
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Not Provided
III.1.4)Other particular conditions:
The performance of the contract is subject to particular conditions: Not Provided
III.2)Conditions For Participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2)Economic and financial capacity
Economic and financial capacity - means of proof required:
(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.
Information and formalities necessary for evaluating if requirements are met:
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006
III.2.3)Technical capacity
Technical capacity - means of proof required
(a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
(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;
(f) 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;
(g) 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;
(j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
Information and formalities necessary for evaluating if requirements are met:
Candidates will be assessed in accordance with Part 4 of the Public Contracts Regulations 2006
III.2.4)Information about reserved contracts: Not Provided
III.3)Conditions Specific To Service Contracts
III.3.1)Information about a particular profession:
Execution of the service is reserved to a particular profession: No
III.3.2)Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
IV.1)Type Of Procedure
IV.1.1)Type of procedure: Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number: 10
IV.2)Award Criteria
IV.2.1)Award criteria:
The most economically advantageous tender in terms of
The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction:
An electronic auction will be used: Not Provided
IV.3)Administrative Information
IV.3.1)File reference number attributed by the contracting authority: HFRS-2014-T5
IV.3.2)Previous publication(s) concerning the same contract: No
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4)Time-limit for receipt of tenders or requests to participate
Date: 19/01/2015
Time: 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 29/01/2015
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up: English
Section VI: Complementary Information
VI.1)This Is A Recurrent Procurement: No
VI.2)Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Hull:-Building-consultancy-services./4EDDC9FM4W
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4EDDC9FM4W
GO-2014128-PRO-6212938 TKR-2014128-PRO-6212937
VI.4)Procedures For Appeal
VI.4.1)Body responsible for appeal procedures:
Humberside Fire & Rescue Service
Headquarters, Summergroves Way, Hull, HU4 7BB, United Kingdom
Tel. +44 1482567177, Fax. +44 1482567495, Email: dlofthouse@humbersidefire.gov.uk, URL: www.humbersidefire.gov.uk
Body responsible for mediation procedures:
Humberside Fire & Rescue Service
Headquarters, Summergroves Way, Hull, HU4 7BB, United Kingdom
Tel. +44 1482567177, Fax. +44 1482567495, Email: dlofthouse@humbersidefire.gov.uk, URL: www.humbersidefire.gov.uk
VI.4.2)Lodging of appeals: Not Provided
VI.4.3)Service from which information about the lodging of appeals may be obtained:
Humberside Fire & Rescue Service
Headquarters, Summergroves Way, Hull, HU4 7BB, United Kingdom
Tel. +44 1482567177
VI.5) Date Of Dispatch Of This Notice: 08/12/2014
ANNEX A