Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Provision of a Chartered Surveyor Service to Accountant in Bankruptcy.

  • First published: 09 August 2016
  • Last modified: 09 August 2016

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Accountant in Bankruptcy
Authority ID:
AA52671
Publication date:
09 August 2016
Deadline date:
05 September 2016
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of a Chartered Surveyor Service to Accountant in Bankruptcy.

Service type not suited to Lotting as contract management arrangements for this would be onerous for the Contracting Authority in relation the complexity, size, value and scope of the requirement.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Accountant in Bankruptcy

1 Pennyburn Road

Kilwinning

KA13 6SA

UK

Contact person: Brendan Little

Telephone: +44 3002002600

E-mail: brendan.little@gov.scot

Fax: +44 3002002601

NUTS: UKM33

Internet address(es)

Main address: http://www.aib.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00233

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Economic and financial affairs

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of a Chartered Surveyor Service to Accountant in Bankruptcy.

Reference number: AiB 2016/3

II.1.2) Main CPV code

71315300

 

II.1.3) Type of contract

Services

II.1.4) Short description

Provision of a Chartered Surveyor Service to Accountant in Bankruptcy for the period 1.11.2016 to 31.10.2018. The Contracting Authority may, by giving notice to the Provider, extend the period of the Contract to a date falling no later than 31.10.2020. Subject to that constraint, the Contracting Authority may extend the period of the Contract on more than 1 occasion.

II.1.5) Estimated total value

Value excluding VAT: 360 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

71315300

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Provision of a Chartered Surveyor Service to Accountant in Bankruptcy.

Service type not suited to Lotting as contract management arrangements for this would be onerous for the Contracting Authority in relation the complexity, size, value and scope of the requirement.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60 %

Price / Weighting:  40 %

II.2.6) Estimated value

Value excluding VAT: 360 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/11/2016

End: 31/10/2018

This contract is subject to renewal: Yes

Description of renewals:

The Contracting Authority may, by giving notice to the Provider, extend the period of the Contract to a date falling no later than 31.10.2020. Subject to that constraint, the Contracting Authority may extend the period of the Contract on more than 1 occasion.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Please refer to these statements when completing section 4A of the ESPD (Scotland).

Statement for 4A.1 and 4A.1.1:

If required by the member state bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Statement for 4A.2:

Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Please refer to these statements when completing section 4B of the ESPD (Scotland).

Statement for 4B.2.2 and 4B.2.3:

Bidders will be required to have an average yearly turnover of a minimum of 250 000 GBP in the business area covered by the contract for the last 3 years.

Statement for 4B.3:

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.

Statement for 4B.4: Bidders will be required to state the value for the following financial ratios:

Current Ratio (current assets divided by current liabilities): Minimum of 0,95;

Gross Profit Ratio (gross profit margin gross profit divided by net sales/revenue): Minimum of 15 %;

Return on Assets (net income (after tax but before dividends/distributions) divided by total assets): Minimum of 20 %;

Debt Ratio (total borrowing/debt divided by total assets): Minimum of 100 %;

Statement for 4B.5.1 and 4B.5.2: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below.

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP;

Public Liability Insurance = 1 000 000 GBP;

Professional Indemnity Insurance = 1 000 000 GBP.

http://www.hse.gov.uk/pubns/hse40.pdf


III.1.3) Technical and professional ability

Minimum level(s) of standards required:

Statement for 4C.1.2:

Bidders will be required to provide example that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4) of the OJEU Contract Notice or the relevant section of the Site Notice.

Statement for 4.C.6:

Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications:

Royal Institute of Chartered Surveyors (RICS) Regulated.

Note: Suppliers must be able to evidence service providers are Regulated by Chartered Royal Institute of Chartered Surveyor (RICS) or equivalent or can evidence being in the process of arranging Regulation at contract commencement.

Statement for 4C.8a:

Bidders will be required to confirm their average annual manpower for the last 3 years.

Statement for 4C10:

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Statement for Part IV) Selection criteria: There is no requirement to use ‘D: Quality Assurance Schemes and Environmental Management Standards’ and ‘E. Global Question for All Selection Criteria’ for this procurement exercise.

Statement for Part V) Reduction of the number of qualified candidates: There is no requirement to use Part V)

III.2) Conditions related to the contract

III.2.1) Information about a particular profession

Participation is reserved to a particular profession: Yes

Reference to the relevant law, regulation or administrative provision:

Regulated by Chartered Royal Institute of Chartered Surveyor (RICS) or equivalent.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 05/09/2016

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 05/09/2016

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

1.4.2017, should the period of the contract not be extended beyond the initial 2 year period. 1.4.2019 should the option to extend be utilised to it's maximum 2 additional years.

VI.3) Additional information

ESPD will be scored on a pass/fail basis with the exception of Question references 4C.1.2, and 4C.8 which shall be scored within the ‘Evaluation Criteria for Selection Stage’ shown further below:

The questions within this ESPD are not weighted.

Should any question subject to ‘pass/fail’ scoring be scored ‘fail’ the entire bid shall be set aside and shall take no further part in the competition.

Should any question subject to the ‘Evaluation Criteria for Selection Stage’ as shown below be marked below ‘2 — Acceptable’ the bid may be set aside and may take no further part in the competition.

Evaluation Criteria for Selection Stage:

0 — Unacceptable — Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion.

1 — Poor — Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability.

2 — Acceptable- Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature.

3 — Good — Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

4 — Excellent — Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients.

Question Scoring Methodology for Award Criteria outlined in Invitation to Tender:

0 — Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 — Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 — Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 — Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 — Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland web site at: http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=457019

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at: http://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

(SC Ref:457019).

VI.4) Procedures for review

VI.4.1) Review body

Accountant in Bankruptcy

1 Pennyburn Road

Kilwinning

KA13 6SA

UK

Telephone: +44 3002002600

Fax: +44 3002002601

Internet address(es)

URL: http://www.aib.gov.uk

VI.5) Date of dispatch of this notice

04/08/2016

Coding

Commodity categories

ID Title Parent category
71315300 Building surveying services Building services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
brendan.little@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.