Tender

Civil and Structural Engineering Consultancy

  • Fife Council

F02: Contract notice

Notice identifier: 2022/S 000-032403

Procurement identifier (OCID): ocds-h6vhtk-0384ac

Published 15 November 2022, 3:39pm



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5NA

Contact

Dawn Watson

Email

dawn.watson@fife.gov.uk

Telephone

+44 3451555555

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

www.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

Civil and Structural Engineering Consultancy

Reference number

CW0043

two.1.2) Main CPV code

  • 71530000 - Construction consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Civil and Structural Engineering Consultancy

two.1.5) Estimated total value

Value excluding VAT: £690,000

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

Lot 1 Under GBP10k All Reactive and Planned Work

Lot No

1

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Civil and Structural Engineering Consultancy

two.2.5) Award criteria

Quality criterion - Name: Interfacing with project team / Weighting: 30

Quality criterion - Name: Design, Test and Develop options and solutions / Weighting: 20

Quality criterion - Name: On site within 24 Hour period / Weighting: 15

Quality criterion - Name: Effective Quality management RIBA process / Weighting: 15

Quality criterion - Name: Performance Management / Weighting: 10

Quality criterion - Name: Collaborative project team BIM / Weighting: 5

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

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

Lot 2 Over GBP10k All Reactive and Planned Work

Lot No

2

two.2.2) Additional CPV code(s)

  • 71311000 - Civil engineering consultancy services
  • 71312000 - Structural engineering consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fife

two.2.4) Description of the procurement

Civil and Structural Engineering Consultancy

two.2.5) Award criteria

Quality criterion - Name: Interfacing with Project Team / Weighting: 30

Quality criterion - Name: Design, test, develop and present design options / Weighting: 20

Quality criterion - Name: On site within 24-hour period / Weighting: 15

Quality criterion - Name: Effective qulaity management RIBA / Weighting: 15

Quality criterion - Name: Performance Management / Weighting: 10

Quality criterion - Name: Collaborative Project Team BIM / Weighting: 5

Quality criterion - Name: Social Value / Weighting: 5

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

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


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

Must be a current registered member of Structural Engineers Registration Ltd (SER) or equivalent

three.1.2) Economic and financial standing

List and brief description of selection criteria

Economic & Financial Standing

Questions:

4B5a 4B5b 4B5c

4B6

Minimum level(s) of standards possibly required

Organisations must also have or commit to have the relevant levels of insurance cover before the framework starts or we will exclude you from this procurement.

GBP 10m Employers Liability

GBP 5m Professional Liability

GBP 5m Public Liability

A Current Ratio will be applied - Current Assets will be divided by Current Liabilities. Tenderers are to provide their

current assets and Current liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a

ratio of 1 or more. Where a Tenderer does not meet this requirement, the tenderer will be asked to provide further details to confirm why they don’t meet this requirement and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the tenderer.

three.1.3) Technical and professional ability

List and brief description of selection criteria

Professional Qualifications

Questions

4C.6

4C.6.1

Manpower

Questions

4C.8.1

4C.8.2

Quality Assurance

Questions

4D.1

4D.1.2

Minimum level(s) of standards possibly required

We can exclude you from this procurement if you are not a member of the:

Institution of Structural Engineers

Structural Engineer Charted Member

Assistant Structural Engineer AMIStructE

Structural Engineering Technician - HNC in a relevant subject or TIStrcutE or equivalent Or equivalent

Consultants must have the following relevant up to date qualifications and training

Health & Safety including Fire Safety

Asbestos Awareness

CSCS Card

The Construction Design and Management Regulations 2015

We will evaluate your organisation’s annual manpower and managerial staff levels over the last 3 years to ensure adequate resources are in place to support the delivery of this framework agreement. We can exclude you from this procurement if, in our opinion, you cannot resource the agreement we intend to award.

Organisations must confirm they have in place documented, monitoring and reviewing arrangements (on an ongoing basis) for

Quality Assurance

Health & Safety

Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis


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

Envisaged maximum number of participants to the framework agreement: 10

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

23 December 2022

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

23 December 2022

Local time

1:00pm

Place

Fife


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=713647.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://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.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

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

Social Value

(SC Ref:713647)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=713647

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sheriff Court

Kirkcaldy

Country

United Kingdom