Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Dec 2023
Reference | ocds-h6vhtk-042977 |
Common Procurement Vocabulary | Civil engineering consultancy services |
Procurement Method | Restricted procedure |
Value | £4,000,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 22nd Dec 2023
Reference | ocds-h6vhtk-042977 |
Common Procurement Vocabulary | Civil engineering consultancy services |
Procurement Method | Restricted 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
gary.mcgregor [at] falkirk.gov.uk
Telephone
+44 7483937036
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
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