Contract Notice (below OJEU threshold)
Section I: Contracting
authority
I.1) Name and addresses
Crown Estate Scotland
Quartermile Two, 2nd Floor, 2 Lister Square
Edinburgh
EH3 9GL
UK
Contact person: Maurice McTeague
Telephone: +44 1314607657
E-mail: maurice.mcteague@crownestatescotland.com
NUTS: UK
Internet address(es)
Main address: http://crownestatescotland.com/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA29444
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
Other: Public Corporation
I.5) Main activity
Other: Property
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Health and Safety Advisor Services
Reference number: CES-ITT-2021-11-19
II.1.2) Main CPV code
71317210
II.1.3) Type of contract
Services
II.1.4) Short description
term contract for the delivery of services and advice relating to all matters of Health and Safety for Crown Estate Scotland (The Contracting Authority)
II.1.5) Estimated total value
Value excluding VAT:
112 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71317200
71317210
79417000
80330000
80550000
90721000
II.2.3) Place of performance
NUTS code:
UKM
Main site or place of performance:
Various locations across Scotland
II.2.4) Description of the procurement
Crown Estate Scotland is seeking to appoint a specialist provider of Health and Safety advice, inspection, reporting and consultancy services to support all areas of the organisation.
Given our unique role as a landowner and asset manager and the breadth of sectors our portfolio covers it is essential that we appoint a suitable service provider with considerable experience in these environments and these markets, which has the required qualifications, capacity, resources, resilience and networks to take on this work.
II.2.5) Award criteria
Criteria below:
Quality criterion: Crown Estate Scotland context and understanding
/ Weighting: 15
Quality criterion: Experience – incl relevant projects and staff knowledge
/ Weighting: 20
Quality criterion: Approach – to delivery of the scope and management of the project
/ Weighting: 35
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
112 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals:
The framework contract will run for an initial THREE YEARS from the date of signing the agreement with the option to extend for up to 2 X 12 Month
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:
Yes
Description of options:
The framework contract will run for an initial THREE YEARS from the date of signing the agreement with the option to extend for up to 2 X 12 Month
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:
Refer to ITT and SPD Module
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
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
Refer to ITT and SPD Module
III.2.2) Contract performance conditions
Refer to ITT and SPD Module
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:
17/12/2021
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: 120 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
17/12/2021
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Either 3 years, 4 years or 5 years time depending on exercise of extension options
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
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=674168.
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:
As a Contracting Authority, we have considered our Sustainable Procurement Duty in the preparation of this regulated procurement and do consider it relevant to the way we expect this service to be delivered over the life of the contract with particular reference to Community Benefits and Fair Work First commitments detailed in the policy attachment
(SC Ref:674168)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=674168
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinburgh
EH1 1LB
UK
Telephone: +44 1312252525
Internet address(es)
URL: https://www.scotcourts.gov.uk/the-courts/court-locations/edinburgh-sheriff-court-and-justice-of-the-peace-court
VI.5) Date of dispatch of this notice
19/11/2021