Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd Dec 2023

Tender Details
Referenceocds-h6vhtk-042977
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodRestricted procedure
Value£4,000,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd Dec 2023

Tender Details
Referenceocds-h6vhtk-042977
Common Procurement VocabularyCivil engineering consultancy services
Procurement MethodRestricted procedure
Value£4,000,000

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

Contact

Gary McGregor

Email

gary.mcgregor [at] falkirk.gov.uk

Telephone

+44 7483937036

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

I.2) Information about 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.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.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Other activity

Engineering consultancy


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Consultancy Services Term Commission for Roads, Transportation & Environmental related Professional Services

Reference number

IA0300

II.1.2) Main CPV code

  • 71311000 - Civil engineering consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

Falkirk Council intend to engage a firm of consultants to undertake the provision of Roads, Transportation & Environmental related Engineering and Professional Services through a term commission 'call-off' Contract for an initial period of 2 years with the possibility of a 2 year extension.

The purpose of this /partnering' arrangement is to augment the Councils' in-house professional services capabilities and expertise, to cope with increased and peaks in workload whilst retaining flexibility of resources

II.1.5) Estimated total value

Value excluding VAT: £4,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71313000 - Environmental engineering consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

II.2.4) Description of the procurement

Dual stage tender procedure, SPD then Tender

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

II.2.6) Estimated value

Value excluding VAT: £4,000,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

possibility of a 2 year extension

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

Envisaged number of candidates: 6

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


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

Noted in SPD

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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 establishment of a framework agreement

Framework agreement with a single operator

IV.1.8) Information about the 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

16 February 2024

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

3 May 2024

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

English

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)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.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=753684.

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:

Noted in SPD

(SC Ref:753684)

VI.4) Procedures for review

VI.4.1) Review body

CoSLA

Glasgow

Country

United Kingdom