Opportunity

Professional and Technical Services Framework

  • Dumfries and Galloway Council

F02: Contract notice

Notice reference: 2021/S 000-000666

Published 13 January 2021, 1:24pm



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Contact

Shelly Kilgour

Email

shelly.kilgour@scotland-excel.org.uk

Telephone

+44 1416184162

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Professional and Technical Services Framework

Reference number

DGT/AW/944/18

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Framework for the provision of professional and technical services relating to, but not limited to, architectural, structural engineering, quantity surveying, clerk of works CDM safety, M&E design, civil engineering services, Electrical Clerk of Works and Mechanical Clerk of Works.

two.1.5) Estimated total value

Value excluding VAT: £4,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Structural Engineers

Lot No

2

two.2.2) Additional CPV code(s)

  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Structural Engineers to deliver any one or all of the following services: Cost Planning, Life Cycle Costing, Value Management, Preliminary Cost Advice, Contractual Advice, Tendering, Valuation of Construction Work, Cost Control & Financial Management and Insurance Advice.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

NA

two.2) Description

two.2.1) Title

Quantity Surveyors

Lot No

3

two.2.2) Additional CPV code(s)

  • 71324000 - Quantity surveying services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Quantity Surveyors to deliver any one or all of the following services Cost Planning, Life Cycle Costing, Value Management, Preliminary Cost Advice, Contractual Advice, Tendering, Valuation of Construction Work, Cost Control & Financial Management and Insurance Advice.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Building Clerk of Works

Lot No

4

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Building Clerk of Works to deliver any one or all of the following services: Contract administration, Inspections, Monitoring and reporting, Managing communications, Document recording, proofing and management, Preparing information packs, Procurement, Planning and scheduling, Applications, Sampling, Consultancy, General advice, Assistance to local enquiry, Post contract, General advice and Co-location of staff at council premises to supplement council resources.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Construction and Design Management Safety Advisors

Lot No

5

two.2.2) Additional CPV code(s)

  • 71334000 - Mechanical and electrical engineering services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Construction and Design Management Safety Advisors to deliver any one or all of the following services: Advice, Studies, Interpretation and reporting, Consultation, Works Supervision, Assistance at Public Local Inquiry, General advice and Co-location of staff at council premises to supplement council resources.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Mechanical Engineering, Electrical Engineering and Combined Services

Lot No

6

two.2.2) Additional CPV code(s)

  • 71321000 - Engineering design services for mechanical and electrical installations for buildings

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Mechanical Engineering, Electrical Engineering and Combined Services to deliver any one or all of the following services: Studies, Design and procurement/provision/supervision of surveys/data collection, Feasibility, Policy Advice, Scheme Appraisal, Consultation, Options Appraisal, Audits, Consents, Funding Applications, Design, Cost Estimates, Preparation of tender and contract documentation, Works Supervision, Contract administration, Post contract, Assistance at public local inquiry, General advice, Co-location of staff at council premises to supplement council resources, Principal Designer and General Advice.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Civil Engineer

Lot No

7

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Civil Engineer to deliver any one or all of the following services: Cost Planning, Life Cycle Costing, Value Management, Preliminary Cost Advice, Contractual Advice, Tendering, Valuation of Construction Work, Cost Control & Financial Management and Insurance Advice.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Electrical Clerk of Works

Lot No

8

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Electrical Clerk of Works to deliver any one or all of the following services: Contract administration, Inspections, Monitoring and reporting, Managing communications, Document recording, proofing and management, Preparing information packs, Procurement, Planning and scheduling, Applications, Sampling, Consultancy, General advice, Assistance to local enquiry, Post contract, General advice and Co-location of staff at council premises to supplement council resources.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Mechanical Clerk of Works

Lot No

9

two.2.2) Additional CPV code(s)

  • 71315200 - Building consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Mechanical Clerk of Works to deliver any one or all of the following services: Contract administration, Inspections, Monitoring and reporting, Managing communications, Document recording, proofing and management, Preparing information packs, Procurement, Planning and scheduling, Applications, Sampling, Consultancy, General advice, Assistance to local enquiry, Post contract, General advice and Co-location of staff at council premises to supplement council resources.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2) Description

two.2.1) Title

Architects

Lot No

1

two.2.2) Additional CPV code(s)

  • 71000000 - Architectural, construction, engineering and inspection services
  • 71200000 - Architectural and related services
  • 71221000 - Architectural services for buildings
  • 71220000 - Architectural design services
  • 71210000 - Advisory architectural services
  • 71251000 - Architectural and building-surveying services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway

two.2.4) Description of the procurement

Architects to deliver any one or all of the following services: Design, Scoping and developing briefs, Studies, Feasibility, Consultation, Options Appraisal, Assessment, Consents, Cost estimates, Preparation of tender and contract documentation, Post contract, Assistance at Public Local Inquiry, General advice, Co-location of staff at council premises to supplement council resources, Procurement/provision/supervision of surveys and Principal Designer.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Duration in months: 36 months (with an option to extend for up to a further 12 months)

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

NA


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

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

Lot 1 Architects to qualify for award to this lot the Tenderer must be a member of the Architects Registration Board (ARB).

Lot 2 Structural Engineers to qualify for award to this lot the Tenderer must be Institution of Structural Engineers (IStructE).

Lot 3 Quantity Surveyors to qualify for award to this lot the Tenderer must be Royal Institution of Chartered Surveyors (RICS).

Lot 4 Clerk of Works to qualify for award to this lot the Tenderer must be member of ICWCI.

Lot 5 CDM Safety Advisor Services to qualify for award to this lot the Tenderer must be a member of IOSH.

Lot 6 M&E Design Services to qualify for award to this lot the Tenderer must be Institution of Mechanical Engineers (IMechE) and The Institution of Electrical Engineers (IEE).

Lot 7 Civil Engineers to qualify for award to this lot the Tenderer must Institution of Civil Engineers (ICE).

Lot 8 Electrical Clerk of Works to qualify for award to this lot the Tenderer must be member of ICWCI.

Lot 9 Mechanical Clerk of Works to qualify for award to this lot the Tenderer must be member of ICWCI.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The Tenderer must provide 2 years turnover. A Minimum turnover of 100k GBP annually

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Details of conditions relevant to the proposed Framework Agreement and contracts to be called-off thereunder (to the extent known/settled at this stage), see the "ProfTechServices ITT" in the Information + Instructions folder of the Buyer Attachments area of ITT 37900. A set of Key Performance Indicators (KPIs) will be used to manage the Package Orders and performance. These will be detailed at the quote/award stage; agreed at the pre-contract meeting or during the Contract Period; based on the standard Scottish Government National KPI IDs. This document also contains guidance in relation to any tender to be submitted by a consortium or group of bidders.

Dumfries and Galloway will require the members of any tendering group of entities (including but not limited to consortium members, members of a group of economic operators) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

15 February 2021

Local time

12:00pm

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

English

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

Tender must be valid until: 16 June 2021

four.2.7) Conditions for opening of tenders

Date

15 February 2021

Local time

12:00pm

Place

Dumfries and Galloway Council, Carruthers House, Dumfries

Information about authorised persons and opening procedure

All tenders will be opened in a secure location and witnessed by members of the corporate procurement team


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: On expiry of the contract term and any exercised extensions

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17516. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17516. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Under the Framework operation, Work Package call-offs shall generally be positioned at an individual project level aligned to an individual Lot and specific value band and as such the Council is eager to maintain a direct and uninterrupted contractual and working relationship link direct into the Supplier who is providing the services into the Council.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Community benefits are included in this requirement, and forms part of the tender evaluation criteria.

For a full explanation on Dumfries and Galloway's community benefit approach please read section 5 in the “ProTechServices ITT” document provided within PCST.

(SC Ref:639041)

six.4) Procedures for review

six.4.1) Review body

Dumfries Sheriff Court

Buccleuch Street

Dumfries

DG1 2AN

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.