CONTRACT NOTICE – OFFICIAL JOURNAL
|
Section I: Contracting Authority
|
I.1)
|
Name, Address and Contact Point(s)
|
|
Three Rivers District Council |
Three Rivers House, Northway |
Rickmansworth |
WD3 1RL |
UK |
Corporate Procurement Manager
Howard Hughes |
+44 1923278370 |
howard.hughes@watford.gov.uk |
|
www.threerivers.gov.uk
www.threerivers.gov.uk
www.delta-esourcing.com
www.delta-esourcing.com
|
|
|
|

 |
|

 |
|

 |
|
I.2)
|
Type of contracting Authority and Main Activity or Activities
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
|
|
Yes Watford Borough Council
|
Section II: Object of the Contract
|
II.1)
|
Description
|
II.1.1)
|
Title attributed to the contract by the contracting authorityCapital Projects Consultancy Support. |
II.1.2(a))
|
Type of works contract
|
II.1.2(b))
|
Type of supplies contract
|
II.1.2(c))
|
Type of service contract12 |
II.1.2)
|
Main site or location of works, place of delivery or performance
UKH23 |
II.1.3)
|
This notice involves
|
 |
|
 |
|
 |
|
II.1.4)
|
Information on framework agreement (if applicable)
|
 |
|
 |
|
|
Number of participants to the framework agreement envisaged5 |
|
Duration of the framework agreement4 |
|
Justification for a framework agreement the duration of which exceeds four years
|
|
Estimated total value of purchases for the entire duration of the framework agreement500 000GBP |
|
Frequency and value of the contracts to be awarded |
II.1.5)
|
Short description of the contract or purchase(s)
Construction consultancy services. Project management consultancy services. Design consultancy services. Framework Agreement for the Provision of Consultancy to Support Capital Projects.
|
II.1.6)
|
Common Procurement Vocabulary (CPV)
|
|
|
|
71530000 |
|
|
|
|
|
II.1.7)
|
Contract covered by the Government Procurement Agreement (GPA) |
II.1.8)
|
Division into lots No |
II.1.9)
|
Will variants be accepted
Yes |
II.2)
|
Quantity or Scope of the Contract
|
II.2.1)
|
Total quantity or scopeAs shown in the tender documentation. |
|
|
II.2.2)
|
Options |
|
Provisional timetable for recourse to these options
|
|
Number of possible renewals
|
|
In the case of renewable supplies or service contracts, estimated time frame for subsequent contracts
|
II.3)
|
Duration of the contract or limit for completion 1-4-2016 31-3-2020 |
Section III: Legal, Economic, Financial and Technical Information
|
III.1)
|
Conditions Relating to the Contract
|
III.1.1)
|
Deposits and guarantees required
As shown in the tender documentation.
|
III.1.2)
|
Main Terms of financing and payment and/or reference to the relevant provisions
As shown in the tender documentation.
|
III.1.3)
|
Legal form to be taken by the grouping of suppliers, contractors or service providers to whom the contract is to be awarded
As shown in the tender documentation.
|
III.1.4)
|
Other particular conditions to which the performance of the contract is subject
As shown in the tender documentation.
|
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 the Regulation 23 (1) and 23 (2) 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.
As shown in the tender documentation.
|
III.2.2)
|
Economic and financial capacity
(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 3 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.
As shown in the tender documentation.
As shown in the tender documentation.
|
III.2.3)
|
Technical capacity
(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;
(h) A statement of the average annual manpower of the service provider or contractor and the number of managerial staff for the last 3 years;
(j) An indication of the proportion of the contract which the services provider intends possibly to subcontract.
As shown in the tender documentation.
As shown in the tender documentation.
|
III.2.4)
|
Reserved contracts
|
 |
|
 |
|
Section IV: Procedure
|
IV.1)
|
Type of Procedure
|
 |
|
 |
|
 |
|
 |
|
 |
|
 |
|
|
Justification for the choice of accelerated procedure
|
IV.1.1)
|
Have candidates already been selected? No |
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
|
IV.1.3)
|
Reduction of the number of operators during the negotiation or dialogue
|
 |
|
IV.2)
|
Award Criteria
|
|
No
|
|
|
|
Yes
|
|
No
|
IV.2.2)
|
An electronic auction will be used No
|
IV.3 Administrative Information
|
IV.3.1)
|
Reference number attributed to the notice by the contracting authority
|
IV.3.2)
|
Previous publication(s) concerning the same contract
|
 |
|
 |
Other previous publications
|
IV.3.3)
|
Conditions for obtaining specifications and additional documents 15-02-2016
23:00
|
IV.3.4)
|
Time-limit for receipt of tenders or requests to participate 16-02-2016
12:00 |
IV.3.5)
|
Date of dispatch of invitations to tender or to participate to selected candidates
|
IV.3.6)
|
Language or languages in which tenders or requests to participate can be drawn up
|
IV.3.7)
|
Minimum time frame during which the tenderer must maintain the tender
|
IV.3.8)
|
Conditions for opening tenders
|
|
|
|
16-2-2016
12:00
|
Section VI: Other Information
|
VI.1)
|
Indicate whether this procurement is a recurrent one and the Estimated timing for further notices to be published
|
VI.2)
|
Does the contract relate to a Project/Programme financed by Community 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.
Bids for this opportunity must be submitted, including a completed online questionnaire, via the procurement portal. The portal also includes further information about the project. Suppliers should read through this set of instructions and follow the process to respond to this opportunity.
The information and documents for this opportunity are available on: https://www.delta-esourcing.com/delta You must register on this site to respond, registration is free, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 3T27A3A6HV.
Please allow sufficient time when responding to this invitation prior to the closing date and time shown on the portal as you have been asked to complete an online questionnaire and to upload documents. Late submissions will not be accepted.
If you experience any technical difficulties, please contact the Delta eSourcing help desk on 0845 270 7050 or email helpdesk@delta-esourcing.com
Three Rivers Council as the Contracting Authority is putting in place a Collaborative Framework Agreement for use by Hertfordshire local authorities and any successors to them.
Parent company and/or other guarantees of performance and financial liability may be required by individual Contracting Authorities utilising the Framework if considered appropriate.
Potential suppliers should note that Three Rivers DC may publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at their discretion. The terms of the proposed Framework Agreement will also permit a public sector contracting authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the contracting authority.
The Contracting Authority expressly reserves the right: (i) Not to award any contract as a result of the procurement process commenced by publication of this notice; and (ii) To make whatever changes it may see fit to the content and structure of the tendering competition; and in no circumstances will the Contracting Authority be liable for any costs incurred by the candidates.
If the Contracting Authority decides to enter into a Framework Agreement with the successful supplier, this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of potential suppliers. Any orders placed under this Framework Agreement will form a separate contract under the scope of this Framework between the supplier and the specific requesting other contracting body.
The Contracting Authority and other contracting bodies utilising the Framework reserve the right to use any electronic portal during the life of the agreement. The duration of the framework agreement is for the placing of orders. The potential value of the framework agreement is only an estimate. We cannot guarantee to suppliers any business through this framework agreement.
Three Rivers District Council wishes to establish a Framework Agreement for use by the following District and Borough Councils in Hertfordshire, and any future successors to these bodies, and the Joint Venture partnership with Watford Borough Council.
Watford Health Campus Partnership LLP,
Dacorum BC,
Welwyn Hatfield DC,
Broxbourne BC,
East Herts DC,
North Herts DC,
Stevenage BC,
Hertsmere BC,
St Albans BC,
Watford BC.
For more information about this opportunity, please visit the Delta eSourcing portal at: https://www.delta-esourcing.com/tenders/UK-UK-Rickmansworth:-Construction-consultancy-services./3T27A3A6HV
To respond to this opportunity, please click here: https://www.delta-esourcing.com/respond/3T27A3A6HV
GO Reference: GO-2016115-PRO-7583311.
|
VI.4)
|
Procedures for appeal
|
VI.4.1)
|
Body responsible for appeal procedures
Three Rivers District Council |
Three Rivers House, Northway |
Rickmansworth |
WD3 1RL |
UK |
howard.hughes@watford.gov.uk |
+44 1923278370 |
www.threerivers.gov.uk |
|
|
|
Body responsible for mediation procedures
|
|
|
|
|
|
|
|
|
|
VI.4.2)
|
Lodging of appeals
|
VI.4.3)
|
Service from which information about the lodging of appeals may be obtained
|
|
|
|
|
|
|
|
|
|
VI.5)
|
Dispatch date of this Notice 15-01-2016 |