이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] 17-18 Play Area Upgrades for Perth & Kinross Council v2
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.19
원본


공고명: 17-18 Play Area Upgrades for Perth & Kinross Council v2

게시일: 2017/12/22

마감일: 2020/07/02

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract Notice (below OJEU threshold) Section I: Contracting authority I.1) Name and addresses
Perth & Kinross Council 2 High Street Perth PH1 5PH UK Contact person: Russell Tod Telephone: +44 1738475000 E-mail: RTod@pkc.gov.uk NUTS: UKM77 Internet address(es) Main address: http://www.pkc.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: www.publictendersscotland.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: www.publictendersscotland.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 17-18 Play Area Upgrades for Perth & Kinross Council v2 Reference number: PKC10466 II.1.2) Main CPV code 45112723  II.1.3) Type of contract Works II.1.4) Short description Perth & Kinross Council is seeking to appoint a suitably qualified and experienced contractor, or contractors, to carry out play area upgrades at the following five locations: -Kirkhall Park, Almondbank -Ardblair Terrace, Blairgowrie -Sidlaw Place, Coupar Angus -Friarton Park, Perth -Mathieson Drive, Perth The play area upgrades include the refurbishment and/or replacement of existing play equipment. The Council will purchase any new play equipment required for the projects. The projects will run concurrently in Quarter 2 2018 with completion by the middle of June 2018. Each project will be awarded under a separate contract. This contract opportunity was previously advertised on Public Contracts Scotland under the title ???17-18 Play Area Upgrades for Perth & Kinross Council???, notice id OCT299324, published on 27/10/2017. No award was made following the previous tender exercise. The scope of the works have been reviewed for this new Invitation to Tender. II.1.5) Estimated total value Value excluding VAT: 204 000.00 GBP II.1.6) Information about lots This contract is divided into lots: Yes Tenders may be submitted for maximum 5 lots
II.2) Description
Lot No: 1
II.2.1) Title Kirkhall Park, Almondbank II.2.2) Additional CPV code(s) 45112723 II.2.3) Place of performance NUTS code: UKM77 Main site or place of performance: Perth & Kinross Council Area II.2.4) Description of the procurement To carry out play area upgrade works at Kirkhall Park, Almondbank. The approximate duration of works for this Lot is 5 weeks and the approximate value of the works is 50,000GBP-55,000GBP. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 40 Price / Weighting:  60 II.2.6) Estimated value Value excluding VAT: 55 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 26/03/2018 End: 15/06/2018 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited 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: 2
II.2.1) Title Ardblair Terrace, Blairgowrie II.2.2) Additional CPV code(s) 45112723 II.2.3) Place of performance NUTS code: UKM77 II.2.4) Description of the procurement To carry out play area upgrade works at Ardblair Terrace, Blairgowrie. The approximate duration of works for this Lot is 2-3 weeks and the approximate value of the works is 30,000GBP-33,000GBP. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 40 Price / Weighting:  60 II.2.6) Estimated value Value excluding VAT: 33 000.00 GBP II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 26/03/2018 End: 15/06/2018 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited 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: 3
II.2.1) Title Sidlaw Place, Coupar Angus II.2.2) Additional CPV code(s) 45112723 II.2.3) Place of performance NUTS code: UKM77 II.2.4) Description of the procurement To carry out play area upgrade works at Sidlaw Place, Coupar Angus. The approximate duration of works for this Lot is 2-3 weeks and the approximate value of the works is 30,000GBP-33,000GBP. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 40 Price / Weighting:  60 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 26/03/2018 End: 15/06/2018 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited 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: 4
II.2.1) Title Friarton Park, Perth II.2.2) Additional CPV code(s) 45112723 II.2.3) Place of performance NUTS code: UKM77 II.2.4) Description of the procurement To carry out play area upgrade works at Friarton Park, Perth. The approximate duration of works for this Lot is 2-3 weeks and the approximate value of the works is 30,000GBP-33,000GBP. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 40 Price / Weighting:  60 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 26/03/2018 End: 15/06/2018 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited 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: 5
II.2.1) Title Mathieson Drive, Perth II.2.2) Additional CPV code(s) 45112723 II.2.3) Place of performance NUTS code: UKM77 II.2.4) Description of the procurement To carry out play area upgrade works at Mathieson Drive, Perth. The approximate duration of works for this Lot is 5 weeks and the approximate value of the works is 45,000GBP-50,000GBP. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 40 Price / Weighting:  60 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 26/03/2018 End: 15/06/2018 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited 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.1.2) Economic and financial standing List and brief description of selection criteria: In 4B.4, Bidders will be required to state the values for the following financial ratios for each of the last 2 years: 1)Current Ratio (Current Assets divided by Current Liabilities) 2)Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) Additionally, in 4B.5.1 and 4B.5.2, it is a requirement of this contract(s) that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract(s), the types and levels of insurance indicated below: Employer???s (Compulsory) Liability Insurance = 10M GBP Public Liability Insurance = 5M GBP Contractors All Risks Insurance Minimum level(s) of standards required: For 4B.4, the acceptable range for each financial ratio is: 1)Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by bidders together with appropriate supporting evidence to confirm the suitability of the bidder for the contract(s). 2)Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e. a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the bidder for the contract(s). A Credit Reference may be undertaken prior to appointment; bidders will therefore be expected to have a satisfactory Credit Reference rating. For 4B.5.1/4B.5.2, the minimum levels of insurances, where applicable, are stated above. III.1.3) Technical and professional ability List and brief description of selection criteria: In 4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in the specification documents for this ITT. These examples should include, but not be limited to, projects where high quality play equipment installation and safety surfacing was a key deliverable. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Minimum level(s) of standards required: For 4C.1, see above.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession III.2.3) Information about staff responsible for the performance of the contract Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Open procedure 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: 07/02/2018 Local time: 12:00 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: 3 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 07/02/2018 Local time: 12:00 Place: Council Building, 2 High Street, Perth
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No 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 Further minimum selection criteria: 4D.1 QUALITY MANAGEMENT PROCEDURES 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must be able to provide other supporting evidence to support Quality Management Procedures within their organisation. 4D.1 HEALTH & SAFETY PROCEDURES 1.The bidder 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 2. The bidder must be able to provide other supporting evidence to support H&S Procedures within their organisation. 4D.2 ENVIRONMENTAL MANAGEMENT PROCEDURES 1 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must be able to provide other supporting evidence to support Environmental Management Procedures within their organisation. For more information on the above, see section 7 of the Instructions for Tenderers document. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulations 8 and 9 of The Procurement (Scotland)Regulations 2016. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9855. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Tenderers will be asked to provide information on what Community Benefits they could offer if awarded a contr


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304959