UK-Truro: technical testing, analysis and consultancy services

Sourced By: http://www.theconstructionindex.co.uk

UK-Truro: technical testing, analysis and consultancy services

Directive 2004/18/EC

Section I: Contracting authority

I.1) Name, addresses and contact point(s)

For the attention of: Telephone: E-mail: Fax: Cornwall Council (including and on behalf of Devon County Council) New County Hall, Treyew RoadSarah Carden TR1 3AY Truro UNITED KINGDOM +44 1392384731sarah.carden@devon.gov.uk +44 1392384636 Internet address(es): General address of the contracting authority: www.cornwall.gov.uk Electronic access to information: www.devontenders.gov.uk Electronic submission of tenders and requests to participate: www.devontenders.gov.uk Further information can be obtained from: Contact point(s): Internet address: The Devon Procurement Portal (ProContract) Devon County Council, County Hall, Topsham Road tenderers are advised to search for this opportunity under Devon County Council’s authority name EX2 4QD Exeter UNITED KINGDOMwww.devontenders.gov.uk Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Contact point(s): Internet address: The Devon Procurement Portal (ProContract) Devon County Council, County Hall, Topsham Road tenderers are advised to search for this opportunity under Devon County Council’s authority name EX2 4QD Exeter UNITED KINGDOM www.devontenders.gov.uk Tenders or requests to participate must be sent to: Contact point(s): The Devon Procurement Portal (ProContract) Devon County Council, County Hall, Topsham Road tenderers are advised to search for this opportunity under Devon County Council’s authority name EX2 4QD Exeter UNITED KINGDOM

I.2) Type of the contracting authority

Regional or local authority

I.3) Main activity

General public services

I.4) Contract award on behalf of other contracting authorities

The contracting authority is purchasing on behalf of other contracting authorities: yes Devon County Council County Hall, Topsham Road EX2 4QD ExeterUNITED KINGDOM

Section II: Object of the contract

II.1) Description

II.1.1) Title attributed to the contract by the contracting authority:

Analytical services.

II.1.2) Type of contract and location of works, place of delivery or of performance

Services Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services Main site or location of works, place of delivery or of performance: The offices of Cornwall Council and Devon County Council. NUTS code UKK SOUTH WEST (ENGLAND)

II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)

The notice involves the establishment of a framework agreement

II.1.4) Information on framework agreement

Framework agreement with a single operator Duration of the framework agreement Duration in years: 3 Estimated total value of purchases for the entire duration of the framework agreement Estimated value excluding VAT: Range: between 211 350,00 and 540 000,00 GBP

II.1.5) Short description of the contract or purchase(s)

Cornwall Council and Devon County Council have a continuing requirement to access analytical testing and scientific services through the Councils’ public analyst and agricultural analyst in order to fulfil their statutory duties as prescribed in the Food Safety Act 1990 and Agriculture Act 1970 respectively. This includes the associated EU based legislation relating to food and animal feed and hygiene and genetically modified products as detailed in paragraph 1.9 of the Cornwall Council and Devon County Council service level agreement (SLA) document.

II.1.6) Common procurement vocabulary (CPV)

71600000 Technical testing, analysis and consultancy services

II.1.7) Information about Government Procurement Agreement (GPA)

The contract is covered by the Government Procurement Agreement (GPA): yes

II.1.8) Lots

This contract is divided into lots: no

II.1.9) Information about variants

Variants will be accepted: no

II.2) Quantity or scope of the contract

II.2.1) Total quantity or scope:

The appointed supplier will be required to provide analytical testing and scientific services for Cornwall Council and Devon County Council or their successors in title. Cornwall Council and Devon County Council are collaborating in the procurement of these services for the next 3 year term, to share the procurement project workload and benefit from improved contract test rates through combining the volumes of testing requirements. The services will principally be for Cornwall Council and Devon County Council but potentially for other local government bodies across the geographical area covered by the South West Improvement & Efficiency Partnership (including the Isles of Scilly). A list of these bodies can be found at (www.swcouncils.gov.uk/media/documents/Local_Authorities_in_the_South_West_2010_list.pdf ). Other public sector organisations and bodies that may participate include Police, NHS and primary care trusts and a condition of their participation would be adoption of the terms and conditions of this framework arrangement. The anticipated total value of the framework agreement over a 3 year term is 211 350 GBP. This relates to Cornwall Council’s and Devon County Council’s combined requirements estimated to be 130 350 GBP and 81 000 GBP respectively. Subject to the success of annual bids made to the Food Standards Agency and availability of funding, the above estimates would be expected to increase to an approximate maximum of 540 000 GBP. Tenderers should note that the above spend data is for information purposes only and that future levels of spend cannot be guaranteed. As the ultimate contract will also be accessible to other public sector bodies/authorities, tenderers should be aware that subject to capacity, the turnover would increase further as a result of such participation; however no clear indication of the corresponding likely increase in value is available at present. The intention is to let a framework arrangement with a single supplier for 3 years with an option to extend for a further 1 year up to a maximum term of 4 years. Estimated value excluding VAT:Range: between 211 350,00 and 540 000,00 GBP

II.2.2) Information about options

Options: no

II.2.3) Information about renewals

This contract is subject to renewal: no

II.3) Duration of the contract or time limit for completion

Duration in months: 36 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1) Conditions relating to the contract

III.1.1) Deposits and guarantees required:

No deposits will be required but where applicable the successful tenderer (or in the case of a consortium bid, each member of the consortium) may be required to provide a parent company guarantee or alternative performance bond.

III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

These conditions will be provided in the invitation to tender documents.

III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Joint and several liability.

III.1.4) Other particular conditions

The performance of the contract is subject to particular conditions: yes Description of particular conditions: The Framework will be subject to Cornwall Council terms and conditions of contract.

III.2) Conditions for participation

III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers

Information and formalities necessary for evaluating if the requirements are met: Parties will be provided with detailed instructions concerning the information they must provide. This will be contained in the tenderer questionnaire. Economic operators subject to any of the following [may/will] not be considered where the said operator: (a) is bankrupt or is being wound up, where their affairs are being administered by the court, where they have entered into an arrangement with creditors, where they have suspended business activities or is in any analogous situation arising from a similar procedure under national laws and regulations; (b) is the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up or administration by the Court or of an arrangement with creditors or of any other similar proceedings under national laws and regulations; (c) has been convicted by a final judgment in accordance with the legal provisions of the country of any offence concerning his professional conduct; (d) has been guilty of grave professional misconduct proven by any means which the contracting authorities can demonstrate; (e) has not fulfilled obligations relating to the payment of social security contributions in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority; (f) has not fulfilled obligations relating to the payment of taxes in accordance with the legal provisions of the country in which they are established or with those of the country of the contracting authority; (g) is guilty of serious misrepresentation in supplying the information required under this section or has not supplied such information; (h) has been the subject of a conviction for participation in a criminal organisation, as defined in Article 2(1) of Council Joint Action 98/733/JHA; (i) has been the subject of a conviction for corruption, as defined in Article 3 of the Council Act of 26.6.1972 and Article 3(1) of Council Joint Action 98/742/JHA3 respectively; (j) has been the subject of a conviction for fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of the European Communities; (k) has been the subject of a conviction for money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the use of the financial system for the purpose of money laundering; (l) has been the subject of a conviction for failing to prevent Bribery or Corruption as stated under section 7 of the Bribery Act 2010.

III.2.2) Economic and financial ability

Information and formalities necessary for evaluating if the requirements are met: May include, but shall not be limited to: (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance; (b) the presentation of balance sheets or extracts from the balance sheets, where publication of the balance sheet is required under the law of the country in which the economic operator is established; (c) a statement of the undertaking’s overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last 3 financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available;(d) the criteria listed in III.2.1; and (e) any other information or documents referred to in the tenderer questionnaire.

III.2.3) Technical capacity

Information and formalities necessary for evaluating if the requirements are met: May include, but shall not be limited to: (a) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards; (b) any other information or documents referred to in the tenderer questionnaire.

III.2.4) Information about reserved contracts

III.3) Conditions specific to services contracts

III.3.1) Information about a particular profession

Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service

Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1) Type of procedure

IV.1.1) Type of procedure

Open

IV.1.2) Limitations on the number of operators who will be invited to tender or to participate

IV.1.3) Reduction of the number of operators during the negotiation or dialogue

IV.2) Award criteria

IV.2.1) Award criteria

The most economically advantageous tender in terms of the criteria stated below 1. Quality. Weighting 30 2. Delivery date and period and completion (sample management). Weighting 12 3. After sales service. Weighting 8 4. Technical merit. Weighting 5 5. Technical assistance. Weighting 5 6. Management of subcontractors. Weighting 5 7. Delivery date and period and completion (reporting). Weighting 5 8. Price. Weighting 30

IV.2.2) Information about electronic auction

An electronic auction will be used: no

IV.3) Administrative information

IV.3.1) File reference number attributed by the contracting authority:

2011.42F

IV.3.2) Previous publication(s) concerning the same contract

no

IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document

IV.3.4) Time limit for receipt of tenders or requests to participate

23.2.2012 – 12:00

IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates

IV.3.6) Language(s) in which tenders or requests to participate may be drawn up

English.

IV.3.7) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.3.8) Conditions for opening tenders

Date: 23.2.2012 Place: Devon County Council, County Hall, Topsham Road, Exeter, Devon EX24QD, UNITED KINGDOM. Persons authorised to be present at the opening of tenders: yes Additional information about authorised persons and opening procedure: The authorised verifying officer from Devon County Council.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: no

VI.2) Information about European Union funds

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

VI.3) Additional information

VI.4) Procedures for appeal

VI.4.1) Body responsible for appeal procedures

VI.4.2) Lodging of appeals

Precise information on deadline(s) for lodging appeals: At the point at which tenderers and candidates are notified of the contract award decision a minimum 10 calendar day standstill period will apply during which the unsuccessful tenderers and candidates will have the opportunity to appeal against the decision to award before the contract is concluded. If an appeal regarding the award of the contract has not been successfully resolved, the Public Contracts (Amendment) Regulations 2009 provide for aggrieved parties who have been harmed or believe they are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland). Any such action must be brought promptly and may take the form of an application for an order to set aside the award decision, suspend the procedure or amend a document, or if the contract has been entered into a claim for a declaration of contract ineffectiveness and/or a claim for damages.

VI.4.3) Service from which information about the lodging of appeals may be obtained

VI.5) Date of dispatch of this notice:

5.1.2012

Comments are closed.

Sites