이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[미국] Dynamic Purchasing System for the Provision or Trades Contractors
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.29
원본


공고명: Dynamic Purchasing System for the Provision or Trades Contractors

게시일: 2017/12/12

마감일: 2020/12/01

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract notice Directive 2014/24/EU - Public Sector Directive Section I: Contracting authority I.1) Name and addresses
Dumfries and Galloway Council Procurement Team, Carruthers House Dumfries DG1 2HP UK Contact person: Andrea Watson Telephone: +44 01387260616 E-mail: andrea.watson@dumgal.gov.uk NUTS: UKM92 Internet address(es) Main address: http://www.dumgal.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219
I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: https://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: https://www.publiccontractsscotland.gov.uk I.4) Type of the contracting authority Regional or local authority I.5) Main activity General public services Section II: Object II.1) Scope of the procurement
II.1.1) Title Dynamic Purchasing System for the Provision or Trades Contractors Reference number: DGT/AW/805/17 II.1.2) Main CPV code 45000000  II.1.3) Type of contract Works II.1.4) Short description This contract notice relates to the setting up of a Dynamic Purchasing System (DPS) which will be used by Dumfries and Galloway Council to procure Trade Contractors to deliver a range of repair, improvement and development contracts. The DPS will be split into geographical and value bandings for the following trades: Lot 1 - Electrical Works Lot 2 - Groundswork, Landscape and Associated Civil Engineering Lot 3 - Plumbing & Mechanical Works Lot 4 - Building Works Lot 5 - Joinery Works Lot 6 - Roofing Works Lot 7 - Painter / Decorator Works Lot 8 - Plastering & Rendering Works Lot 9 - Flooring Services Lot 10 - Ceiling & Partitions Works Lot 11 - Scaffolding Lot 12 - Blacksmiths & Forgemasters Works Lot 13 - Multi-Trades Works Geographical lotting will be as follows:- Area 1 ??? Annandale & Eskdale Area 2 ??? Nithsdale Area 3 ??? Stewartry Area 4 ??? Wigtownshire Area 5 ??? Scotland wide Area 6 ??? UK wide The Value Bandings will be low, medium or High and values will be dependent on the lot. II.1.5) Estimated total value Value excluding VAT: 165 000 000.00 GBP II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title Electrical Works II.2.2) Additional CPV code(s) 45000000 45310000 45311100 45311200 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- - Alteration and removal of existing services - Domestic ventilation installations - Electrical mains and sub-mains distribution - Power installations - Lighting and specialist lighting installations - Local electricity generation systems - Earthing and bonding installations - Communication systems ??? visual, audio, data - Security systems ??? alarm, detection, CCTV Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 5 Quality criterion: Fair Work Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years. II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 1 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 20,000GBP Medium Value Banding: Works between 20000GBP and 100,000GBP High Value Banding: Works above the value of 100,000GBP
Lot No: 2
II.2.1) Title Groundswork, Landscaping and Associated Civil Engineering II.2.2) Additional CPV code(s) 45000000 45262210 45262211 45112700 45112500 45113000 45200000 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom, however predominantly focussed on Dumfries and Galloway region. II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- FACILITATING & TEMPORARY WORKS: - Removal or treatment of contaminated ground material - Site dewatering and pumping - Earthwork support - Traffic and pedestrian management - Ground investigation and location of existing services SUBSTRUCTURE WORKS: - All works to form standard foundations up to and including damp proof course - Attendance on specialist designed foundations ??? piling etc.., - Remedial works to existing foundations ??? including underpinning - Formation of lowest floor construction and associated substrates - Drainage and services below ground including all associated testing and commissioning - Formation of basements and retaining structures SUPERSTRUCTURE WORKS: - In-situ concreting works, associated reinforcement and formwork - design, supply and installation of pre-cast concrete structures - cementitious and granolithic screeds EXTERNAL WORKS: - Site clearance and eradication of plant growth - Site profiling - Minor demolition including grubbing up redundant services and foundations - Work to alter existing and form new minor roads, paths, carparks, play surfaces, paved areas - Soft landscaping and planting - Land drainage - Formation of ramps, steps and retaining walls - Builders-works in connection with external services Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 5 Quality criterion: Fair Working Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for a duration of 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 2 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 20,000GBP Medium Value Banding: Works between 20000GBP and 100,000GBP High Value Banding: Works above the value of 100,000GBP
Lot No: 3
II.2.1) Title Plumbing & Mechanical Work II.2.2) Additional CPV code(s) 45000000 45330000 45332200 45351000 45350000 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom However predominantly focussed on Dumfries and Galloway region. II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- - Alteration and removal of existing services - Installation and alteration of sanitary appliances and ancillary fittings - Foul drainage above ground - Mains water supply - Hot and cold water supply and distribution - Heat sources and central heating systems - Non domestic ventilation and air conditioning systems - Central control and building management systems - Specialist piped supply installations ??? natural gas, oxygen, compressed air etc.., - Attendance on specialist mechanical installations - Associated builders work in connection with services - All testing, commissioning and demonstrations - Repairing existing services Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 5 Quality criterion: Fair Work Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years. II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 3 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 20,000GBP Medium Value Banding: Works between 20,000GBP and 100,000GBP High Value Banding: Works above the value of 100,000GBP
Lot No: 4
II.2.1) Title Building Works II.2.2) Additional CPV code(s) 45000000 45262520 45262522 45262300 45262500 45210000 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- FACILITATING & RENOVATION WORKS: - Minor demolition and investigative works - Alteration of existing masonry structures - Support of existing structures - Masonry and concrete repairs - Surface Cleaning - General labouring and attendance - Builders works in connection with services SUBSTRUCTURE WORKS: - All works to form standard foundations up to and including damp proof course - Remedial works to existing foundations - including underpinning - Formation of lowest floor construction and associated substrates - Draining and services below ground including all associated testing and commissioning SUPERSTRUCTURE WORKS: - In-situ concreting works, associated reinforcement and framework - Cementitious and granolithic screeds - Formation of internal and external masonry walls - Placement of precast concrete structures - Building insulation EXTERNAL WORKS: - Work to alter existing and form new paved areas - Formation of ramps, steps and retaining walls - Builders works in connection with external services Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 5 Quality criterion: Fair Working Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 4 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 20,000GBP Medium Value Banding: Works above the value of 20,000GBP
Lot No: 5
II.2.1) Title Joinery Works II.2.2) Additional CPV code(s) 45000000 45421000 45421152 45421100 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- FACILITATING & RENOVATION WORKS: - Minor demolition and investigative works - Alteration of existing timber structures - Temporary works to provide protection ??? temporary partitions, hoardings etc.., - Cutting out and replacing defective timbers, including rafter and joist-end replacements SUPERSTRUCTURE WORKS: - Timber frames, wall, floor and roof and ceiling constructions; including all associated linings and insulation - Skirtings, architraves and isolated trims - Supply and installation of timber and UPVC windows and doors - Timber stairs, ramps and balustrades - Timber floor finishes - Minor suspended ceiling installations and alterations - External timber and cement board cladding - General glazing works and installation of roof lights FIXTURES & FITTINGS: - Supply and installation of cubicles, vanity units and integrated panel systems (IPS) - Installation of domestic kitchen fittings - Bespoke solutions ??? reception desks, fitted cupboards, shelving etc.., Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 5 Quality criterion: Fair Work Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 5 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for. Low Value Banding: Works up to the value of 5,000GBP Medium Value Banding: Works between 5,000GBP and 20,000GBP High Value Banding: Works above the value of 20,000GBP
Lot No: 6
II.2.1) Title Roofing Works II.2.2) Additional CPV code(s) 45000000 45261920 45261900 44112400 45260000 45261210 45261211 45261212 45261213 45261214 45261300 45261910 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- - Provision and on-going alteration, maintenance and inspection of minor access scaffolding - Clearing gutters and blocked rain-water drainage - Repairs to and replacement of existing slates, tiles, copings and flashings - Installation of single layer ply systems, GRP roofs and high performance felting systems Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology & Approach / Weighting: 5 Quality criterion: Fair Working Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 6 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 5,000GBP Medium Value Banding: Works between 5,000GBP and 20,000GBP High Value Banding: Works above the value of 20,000GBP
Lot No: 7
II.2.1) Title Painter & Decorator Works II.2.2) Additional CPV code(s) 45000000 45432200 45432210 45432220 45442000 45442100 45442110 45442121 45442180 45442190 45442200 45451000 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- - Internal and external works - Surface preparation, Ames Taping, filling etc.., - Surface decoration of ceilings, walls, floors, timbers and metalwork Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 5 Quality criterion: Fair Working Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 7 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 5,000GBP Medium Value Banding: Works between 5,000GBP and 20,000GBP High Value Banding: Works above the value of 20,000GBP
Lot No: 8
II.2.1) Title Plastering & Rendering Works II.2.2) Additional CPV code(s) 45000000 45410000 45430000 45431000 45431100 45431200 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- - Surface preparation, skimming and two coat works to walls and ceilings, including isolated patches - Cement renders and wet and dry dash - Insulated render systems - Tiling Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology & Approach / Weighting: 5 Quality criterion: Fair Working Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 8 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 5,000GBP Medium Value Banding: Works between 5,000GBP and 20,000GBP High Value Banding: Works above the value of 20,000GBP
Lot No: 9
II.2.1) Title Flooring Servicing II.2.2) Additional CPV code(s) 45000000 45262321 45432100 45432110 45432111 45432114 45432113 45432120 39531400 39534000 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- - Surface preparation and self-levelling screeds - Commercial carpet tiles, barrier matting, vinyl and associated trims and skirtings Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology & Approach / Weighting: 5 Quality criterion: Fair Work Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 20 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 Lot 9 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 10,000GBP Medium Value Banding: Works above the value of 10,000GBP
Lot No: 10
II.2.1) Title Suspended Ceilings II.2.2) Additional CPV code(s) 45000000 45421146 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement New build and refurbishment projects which may consist of but are not limited to:- - Suspended ceiling systems and associated perimeter trims, including alteration of existing installations Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology & Approach / Weighting: 5 Quality criterion: Fair Working Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 10 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
Lot No: 11
II.2.1) Title Scaffolding II.2.2) Additional CPV code(s) 45000000 45262100 45262110 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement Provision and on-going alteration, maintenance and inspection of access scaffolding Design and installation of non-standard scaffolding which may include the following:- - Cantilevered scaffolds - Truss-out scaffolds - Fa?§ade retention - Buttressed, free-standing scaffolds - Support scaffolds - Complex loading bays - Staircases and fire-escapes - Chimney scaffolds II.2.5) Award criteria Criteria below: Quality criterion: Methodology & Approach / Weighting: 5 Quality criterion: Fair Work Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 10 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
Lot No: 12
II.2.1) Title Blacksmiths & Forgemasters II.2.2) Additional CPV code(s) 45000000 45262680 45262670 45255400 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway regions II.2.4) Description of the procurement - Supply and installation of minor structural frames and lintels - Supply and installation of handrails and balustrades ??? galvanised / powder coated / stainless steel - Supply and installation of entrance gates, feature fencing, security grills - Bespoke metalwork, and signage - Repairs to existing installations Contractors should note that this DPS will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this lot is not known. II.2.5) Award criteria Criteria below: Quality criterion: Methodology & Approach / Weighting: 5 Quality criterion: Fair Work Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 10 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 Lot 12 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for: Low Value Banding: Works up to the value of 10,000GBP Medium Value Banding: Works above the value of 10,000GBP
Lot No: 13
II.2.1) Title Multi-Trades Works II.2.2) Additional CPV code(s) 45000000 II.2.3) Place of performance NUTS code: UKM92 UKM UK Main site or place of performance: Throughout the United Kingdom however predominantly focussed on Dumfries and Galloway region II.2.4) Description of the procurement The Multi-Trade lot is for individual work packages that require co-ordinated use of various trades to enable completion. II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 5 Quality criterion: Fair Work Practices / Weighting: 2 Quality criterion: Community Benefits / Weighting: 3 Price / Weighting:  90 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 120 This contract is subject to renewal: Yes Description of renewals: This DPS is for 5 years with the option to extend for up to a further 5 years. II.2.9) Information about the limits on the number of candidates to be invited Envisaged number of candidates: 10 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 Lot 13 is divided into Value Bandings and Contractors are requested to state which Value Banding/s they wish to be considered for. Low Value Banding: Works up to the value of 50,000GBP Medium Value Banding: Works between 50,000GBP and 100,000GBP High Value Banding: Works above the value of 100,000GBP
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: Bidders will be required to have:- - Bidding for Lot 1 - Electrical Works: NICEIC (or equivalent) or SELECT (or equivalent) - Bidding for Lot 3 - Plumbing & Mechanical Works: SNIJIB (or equivalent)or SNIPEF (or equivalent)and Gas Safe (or equivalent)where applicable. - Bidding for Lot 11 - Scaffolding: CISRS Scaffolder (Blue) card (or equivalent) - Bidding for Lot 12 - Blacksmiths & Forgemasters: Factory Production Control Certifiicate (FPC) (or equivalent), Welding Certificate (or equivalent)- issued by a notified body, Declaration of Performance (DoP) (or equivalent). III.1.2) Economic and financial standing List and brief description of selection criteria: The Council will determine the Bidders financial status and risk where the contract is of high value (over 100,000GBP) or where Bidders have aggregated spend over multiple contracts with Dumfries and Galloway Council over 100,000GBP. Financial Status- Bidders will be required to have a minimum "general" yearly turnover as detailed within the minimum level(s) of standards required below: 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. The Council will use Credit Safe to assist in it's determination of the bidders financial status and risk rating. Where the bidder is under no obligation to publish accounts and therefore does not have financial and risk ratings under Credit Safe, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitably of the bidder to undertake a contract of this size. This assessment will consider whether or not the bidders annual turnover meets the minimum turnover levels stated previously and whether or not there is any significant financial risk identified. Insurance - The bidder confirms they already have or can obtain, prior to the commencement of the contract, the levels of insurance cover indicated in this contract notice. 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 and levels of insurance indicated below: Minimum level(s) of standards required: Financial Status - Bidders bidding for High Value Bandings in the following Lots:- Lot 1 - Minimum "general" yearly turnover of 650,000GBP Lot 2 - Minimum "general" yearly turnover of 500,000GBP Lot 3 - Minimum "general" yearly turnover of 900,000GBP Lot 13 - Minimum "general" yearly turnover of 500,000GBP Insurance - Employer???s (Compulsary) Liability Insurance: 10,000,0000GBP each and every claim Public Liability Insurance: 5,000,000GBP each and every claim Professional Indemnity Insurance: 2,000,000GBP (subject to the complexity and nature of design input) Motor Vehicle Insurance: Statutory Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used. Contractors All Risk Insurance (CAR): CAR insurance will not be required for normal day to day works. For one off projects the level of CAR insurance will be set by the Council on a project to project basis, but for guidance purposes, the maximum indemnity limit that may be asked for is 172,500GBP. Bidders are asked to evidence, at request for documentation stage, the level of CAR insurance they have in place. Bidders should note that the provision of CAR insurance is not a bar to being accepted onto the DPS but the Council reserves the right not to award a work package to a bidder where the bidder is unable to provide the appropriate level of CAR insurance suitable for the work package to be carried out. The level of CAR insurance required for the mini-competition procedure will be detailed within the mini-competition documentation. Bidders who cannot provide the level of CAR insurance required will not be considered for the award of the mini-competition. The requirement for CAR insurance will be at the sole discretion of the Council and will be appropriate to the value and risk of the project to be carried out under this DPS. III.1.3) Technical and professional ability List and brief description of selection criteria: - Bidders will be required to provide 2 examples of contracts they have delivered that demonstrates their relevant experience of delivering works of a similar nature and value for each lot and value banding they wish to be considered for. - Bidders will be required to confirm that staff carrying out the work are qualified in the relevant trade and are able to evidence this. - Health & Safety - for High & Medium Value Bandings: Bidders must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. or The bidder must have a regularly reviewed and documented policy for H&S management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of H&S management and compliance with legislation. - Health & Safety - for Lower Value Bandings: bidders must have a documented process demonstrating the bidder's arrangements for ensuring the H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement. - All bidders must have documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accidental rates and frequently for all RIDDOR reportable events for at least the last 3 years. It must demonstrate a system for reviewing significant incidents, and recording action taken as a result including action taken in response to enforcement. - All bidders must have documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying our risk assessments and for developing and implementing safe systems of work ("method statements"), and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Restricted procedure IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the setting up of a dynamic purchasing system 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: 12/01/2018 Local time: 14:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 22/01/2018 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: 4 (from the date stated for receipt of tender)
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: Yes Estimated timing for further notices to be published: 10 Years VI.2) Information about electronic workflows Electronic ordering will be used Electronic invoicing will be accepted Electronic payment will be used VI.3) Additional information Please note that the estimated value stated is over the 10 year contract duration and is for guidance and tendering purposes only and the Council does not guarantee any Contractor any value or volume of work to be issued through any of the lots. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 9676. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: The bidder should demonstrate a commitment to providing work placement or training opportunities to those in education; recruitment of long-term unemployed, disadvantages or young people; providing opportunities for involving local community organisations/social enterprises/SMEs in the delivery of the contract; proposals to provide outreach/educational events or programmes with the communities (eg schools, community groups) closely associated with or impacted by the types of service provided under this contract. (SC Ref:520091) VI.4) Procedures for review
VI.4.1) Review body
Dumfries and Galloway Council Procurement Team, Carruthers House Dumfries DG1 2HP UK Telephone: +44 3033333000 Internet address(es) URL: http://www.dumgal.gov.uk
VI.4.2) Body responsible for mediation procedures
Dumfries and Galloway Council Carruthers House Dumfries DG1 2HP UK Telephone: +44 01387260616 E-mail: andrea.watson@dumgal.gov.uk
VI.4.3) Review procedure Precise information on deadline(s) for review procedures: The Authority will notify economic operators who submitted a tender, of its decision to award the contract which notification will contain among other information, a summary of the reasons why the economic operator was unsuccessful. The notification will incorporate a 'standstill period' of a minimum of 10 clear calendar days (or a minimum of 15 if the communication method used is not electronic) between the date on which the Authority dispatches the notice and the date on which the Authority proposes to make an award pursuant to this procurement. The bringing of court proceedings against the Authority during the standstill period will automatically continue the prohibition on entering into the contract until the court proceedings are determined, discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts before the contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer. The bringing of court proceedings against the Authority after the contract has been entered into will not affect the contract unless grounds for the imposition of special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by the courts where the contract has been entered into are limited to the award of damages. Economic operators are entitled to write to the Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from awarding the contract following the expiry of the standstill period. Where an economic operator is dissatisfied with the Authority???s response to its request for clarification, or considers that the contract has been concluded in breach of The Public Contracts (Scotland) Regulations 2015, such economic operator is advised to promptly seek independent legal advice. VI.4.4) Service from which informa


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC303707