Ausschreibung: Bauabnahme - UK-Kilwinning Bauabnahme Dienstleistungen von Architekturbüros und Bauabnahme Dokument Nr...: 307319-2020 (ID: 2020070109173924029) Veröffentlicht: 01.07.2020 * UK-Kilwinning: Bauabnahme 2020/S 125/2020 307319 Auftragsbekanntmachung Dienstleistungen Rechtsgrundlage: Richtlinie 2014/24/EU Abschnitt I: Öffentlicher Auftraggeber I.1)Name und Adressen Offizielle Bezeichnung: Accountant in Bankruptcy Postanschrift: 1 Pennyburn Road Ort: Kilwinning NUTS-Code: UKM93 East Ayrshire and North Ayrshire mainland Postleitzahl: KA13 6SA Land: Vereinigtes Königreich Kontaktstelle(n): Laura Robertson E-Mail: [6]laura.robertson@aib.gov.uk Telefon: +44 3002002600 Fax: +44 3002002601 Internet-Adresse(n): Hauptadresse: [7]http://www.aib.gov.uk Adresse des Beschafferprofils: [8]https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile .aspx?ID=AA00233 I.2)Informationen zur gemeinsamen Beschaffung Der Auftrag wird von einer zentralen Beschaffungsstelle vergeben I.3)Kommunikation Die Auftragsunterlagen stehen für einen uneingeschränkten und vollständigen direkten Zugang gebührenfrei zur Verfügung unter: [9]www.publiccontractsscotland.gov.uk Weitere Auskünfte erteilen/erteilt die oben genannten Kontaktstellen Angebote oder Teilnahmeanträge sind einzureichen elektronisch via: [10]www.publiccontractsscotland.gov.uk Im Rahmen der elektronischen Kommunikation ist die Verwendung von Instrumenten und Vorrichtungen erforderlich, die nicht allgemein verfügbar sind. Ein uneingeschränkter und vollständiger direkter Zugang zu diesen Instrumenten und Vorrichtungen ist gebührenfrei möglich unter: [11]www.publiccontractsscotland.gov.uk I.4)Art des öffentlichen Auftraggebers Einrichtung des öffentlichen Rechts I.5)Haupttätigkeit(en) Allgemeine öffentliche Verwaltung Abschnitt II: Gegenstand II.1)Umfang der Beschaffung II.1.1)Bezeichnung des Auftrags: Provision of Chartered Surveyor Services Referenznummer der Bekanntmachung: AiB 2020/5 II.1.2)CPV-Code Hauptteil 71315300 Bauabnahme II.1.3)Art des Auftrags Dienstleistungen II.1.4)Kurze Beschreibung: Accountant in Bankruptcy (AiB) intend to award a contract for the provision of chartered surveyor services. The scope of this contract is intended to cover chartered surveyor services required by AiB in relation to properties owned by sequestrated individuals. If the Accountant in bankruptcy is the trustee of the bankruptcy then once an individual has been sequestrated their property vests in the Accountant and may be realised for the benefit of creditors. This contract will cover services required primarily within Scotland including the Highlands and Islands. There may also be a limited requirement for chartered surveyor services out with Scotland. A full specification of the required service is included with this ITT. II.1.5)Geschätzter Gesamtwert Wert ohne MwSt.: 200 000.00 GBP II.1.6)Angaben zu den Losen Aufteilung des Auftrags in Lose: nein II.2)Beschreibung II.2.1)Bezeichnung des Auftrags: II.2.2)Weitere(r) CPV-Code(s) 71251000 Dienstleistungen von Architekturbüros und Bauabnahme II.2.3)Erfüllungsort NUTS-Code: UKM SCOTLAND Hauptort der Ausführung: SCOTLAND. II.2.4)Beschreibung der Beschaffung: Accountant in Bankruptcy intend to award a contract for the provision of chartered surveyor services in relation to residential and commercial properties that vest in the Accountant as trustee. Detailed award criteria is contained in the ITT documentation. II.2.5)Zuschlagskriterien Die nachstehenden Kriterien Qualitätskriterium - Name: Quality / Gewichtung: 60 Preis - Gewichtung: 40 II.2.6)Geschätzter Wert Wert ohne MwSt.: 200 000.00 GBP II.2.7)Laufzeit des Vertrags, der Rahmenvereinbarung oder des dynamischen Beschaffungssystems Laufzeit in Monaten: 36 Dieser Auftrag kann verlängert werden: ja Beschreibung der Verlängerungen: One 12-month extension period available at the discretion of AiB. II.2.10)Angaben über Varianten/Alternativangebote Varianten/Alternativangebote sind zulässig: nein II.2.11)Angaben zu Optionen Optionen: nein II.2.12)Angaben zu elektronischen Katalogen II.2.13)Angaben zu Mitteln der Europäischen Union Der Auftrag steht in Verbindung mit einem Vorhaben und/oder Programm, das aus Mitteln der EU finanziert wird: nein II.2.14)Zusätzliche Angaben Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Abschnitt III: Rechtliche, wirtschaftliche, finanzielle und technische Angaben III.1)Teilnahmebedingungen III.1.1)Befähigung zur Berufsausübung einschließlich Auflagen hinsichtlich der Eintragung in einem Berufs- oder Handelsregister Auflistung und kurze Beschreibung der Bedingungen: This section refers to section A of part 4 of the ESPD (Scotland) and covers questions 4A.2, 4A.2.1, 4A.2.2, and 4A.2.3. Where it is required, within a tenderer's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service: Tenderer surveyors must be members of the Royal Institution of Chartered Surveyors (RICS). The tenderer must be able to evidence that their surveyors are or will be at the time of contract award, associate (ARICS) chartered (MRICS) and/or fellowship (FRICS) members of RICS. III.1.2)Wirtschaftliche und finanzielle Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: This section refers to section B of part 4 of the ESPD (Scotland) and covers questions 4B.4, 4B.4.1, 4B.5.1a, 4B.5.1b, 4B.5.2 and 4B.5.3. Möglicherweise geforderte Mindeststandards: Q 4B.4 and Q4B.4.1 Tenderers must demonstrate a current ratio of 1.0 or above, based on their most recently published accounts. The current ratio shall be calculated as follows: net current assets divided by net current liabilities. The tenderer must submit with their ESPD response a copy of or link to, their most recently published annual accounts or equivalent to demonstrate they can evidence a current ratio of 1.0 or above. If the tenderer does not meet this requirement then their bid may be set aside and take no further part in the competition, unless the tenderer can provide further relevant information which AiB considerers appropriate to demonstrate that the tenderer does not/would not represent an unmanageable risk should it be awarded the contract. This information may include, but is not limited to, audited financial accounts for the last 3 financial years or forms of assurance such as a performance bond and/or a parent company guarantee if applicable. It is a requirement of this contract that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Q4B.5.1a Professional risk indemnity insurance GBP 1 million for each and every claim, Q4B.5.1b Employers compulsory liability insurance GBP 5 million for each and every claim, Q4B.5.2 Public liability insurance GBP 1 million for each and every claim. III.1.3)Technische und berufliche Leistungsfähigkeit Auflistung und kurze Beschreibung der Eignungskriterien: This Section refers to section C of part 4 of the ESPD (Scotland) and covers question 4C.1.2 and question 4C.6. Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the contract notice. Möglicherweise geforderte Mindeststandards: Q 4C.1.2 The tenderer is required to provide relevant examples to demonstrate that they have held contracts of a similar nature to those described in the contract notice and invitation to tender, including any examples of public sector experience within the last 3 years. A maximum of three examples should be provided. The response to Q4C.1.2 shall be evaluated as per the Evaluation Criteria for Selection Stage detailed at the Additional Information section. Should the response to Q4C.1.2 not achieve a minimum moderated mean average score of 2 Acceptable then the bid may be set aside and may take no further part in the competition. Q 4C.6 Tenderers must be able to evidence surveyors have a relevant degree or professional qualification accredited by the Royal Institution of Chartered Surveyors (RICS) and are members (Associate ARICS, Chartered MRICS and/or Fellowship FRICS) of RICS or that they will be by contract commencement. III.1.5)Angaben zu vorbehaltenen Aufträgen III.2)Bedingungen für den Auftrag III.2.1)Angaben zu einem besonderen Berufsstand Die Erbringung der Dienstleistung ist einem besonderen Berufsstand vorbehalten Verweis auf die einschlägige Rechts- oder Verwaltungsvorschrift: Tenderer surveyors must be members of the Royal Institution of Chartered Surveyors (RICS). III.2.2)Bedingungen für die Ausführung des Auftrags: III.2.3)Für die Ausführung des Auftrags verantwortliches Personal Verpflichtung zur Angabe der Namen und beruflichen Qualifikationen der Personen, die für die Ausführung des Auftrags verantwortlich sind Abschnitt IV: Verfahren IV.1)Beschreibung IV.1.1)Verfahrensart Offenes Verfahren IV.1.3)Angaben zur Rahmenvereinbarung oder zum dynamischen Beschaffungssystem IV.1.4)Angaben zur Verringerung der Zahl der Wirtschaftsteilnehmer oder Lösungen im Laufe der Verhandlung bzw. des Dialogs IV.1.6)Angaben zur elektronischen Auktion IV.1.8)Angaben zum Beschaffungsübereinkommen (GPA) Der Auftrag fällt unter das Beschaffungsübereinkommen: ja IV.2)Verwaltungsangaben IV.2.1)Frühere Bekanntmachung zu diesem Verfahren Bekanntmachungsnummer im ABl.: [12]2020/S 096-230690 IV.2.2)Schlusstermin für den Eingang der Angebote oder Teilnahmeanträge Tag: 04/08/2020 Ortszeit: 12:00 IV.2.3)Voraussichtlicher Tag der Absendung der Aufforderungen zur Angebotsabgabe bzw. zur Teilnahme an ausgewählte Bewerber IV.2.4)Sprache(n), in der (denen) Angebote oder Teilnahmeanträge eingereicht werden können: Englisch IV.2.6)Bindefrist des Angebots Laufzeit in Monaten: 6 (ab dem Schlusstermin für den Eingang der Angebote) IV.2.7)Bedingungen für die Öffnung der Angebote Tag: 04/08/2020 Ortszeit: 12:00 Abschnitt VI: Weitere Angaben VI.1)Angaben zur Wiederkehr des Auftrags Dies ist ein wiederkehrender Auftrag: ja Voraussichtlicher Zeitpunkt weiterer Bekanntmachungen: Within 4 years. VI.2)Angaben zu elektronischen Arbeitsabläufen Die Zahlung erfolgt elektronisch VI.3)Zusätzliche Angaben: Full details of the selection and award criteria evaluation methodology are detailed within Annex B of the Instructions for Tenderers document. Tenderer responses to ESPD part C question 4C.1.2 will be evaluated as per the following methodology: 0 = Unacceptable Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = Poor Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 = Acceptable Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 = Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 = Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. If the response fails to achieve a minimum moderated mean average score of 2-Acceptable the bid may be set aside and may take no further part in the competition. ESPD Q2D.1, Q2D.1.1 and Q2D.1.2: if tenderers intend to subcontract any share of the contract they must list the proposed subcontractors and provide a separate ESPD response (Sections A and B of Part II and Part III) for each subcontractor. ITT award criteria is fully detailed within the Award Questionnaire. All scored questions will be evaluated as per the methodology detailed within Annex B of the Instructions for Tenderers document. Section 2 questions 3 and 4 of the Award Questionnaire require a minimum moderated mean average score of 2-Acceptable. Failure to achieve this score for these questions will mean your bid may be set aside and may not be taken forward to the Price/Quality evaluation. A scored question on community benefits was not considered to be proportionate for this requirement, however the Award Questionnaire includes a non-scoring community benefits question and responses will become a condition of the contract. Consideration has been given to dividing this contract into lots however, it has been determined that this would not be suitable as it would make the execution of the contract excessively technically difficult and the need to co-ordinate the different service providers for the lots could risk undermining the proper execution of the contract. Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at [13]https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.asp x?ID=622455 The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at [14]https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.asp x 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: [15]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 A summary of the expected community benefits has been provided as follows: Recruitment and training for disadvantaged persons unemployed for over 6 months. Work placement and employment opportunities for young people, including apprenticeships and graduate schemes. (SC Ref:622455) VI.4)Rechtsbehelfsverfahren/Nachprüfungsverfahren VI.4.1)Zuständige Stelle für Rechtsbehelfs-/Nachprüfungsverfahren Offizielle Bezeichnung: Kilmarnock Sheriff Court Postanschrift: St Marnock Street Ort: KIlmarnock Postleitzahl: KA1 1ED Land: Vereinigtes Königreich VI.4.2)Zuständige Stelle für Schlichtungsverfahren VI.4.3)Einlegung von Rechtsbehelfen VI.4.4)Stelle, die Auskünfte über die Einlegung von Rechtsbehelfen erteilt VI.5)Tag der Absendung dieser Bekanntmachung: 29/06/2020 References 6. mailto:laura.robertson@aib.gov.uk?subject=TED 7. http://www.aib.gov.uk/ 8. https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00233 9. http://www.publiccontractsscotland.gov.uk/ 10. http://www.publiccontractsscotland.gov.uk/ 11. http://www.publiccontractsscotland.gov.uk/ 12. https://ted.europa.eu/udl?uri=TED:NOTICE:230690-2020:TEXT:DE:HTML 13. https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=622455 14. https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx 15. http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 OT: 01/07/2020 S125 Services - Contract notice - Open procedure United Kingdom-Kilwinning: Building surveying services 2020/S 125-307319 Contract notice Services Legal Basis: Directive 2014/24/EU Section I: Contracting authority I.1)Name and addresses Official name: Accountant in Bankruptcy Postal address: 1 Pennyburn Road Town: Kilwinning NUTS code: UKM93 East Ayrshire and North Ayrshire mainland Postal code: KA13 6SA Country: United Kingdom Contact person: Laura Robertson E-mail: [6]laura.robertson@aib.gov.uk Telephone: +44 3002002600 Fax: +44 3002002601 Internet address(es): Main address: [7]http://www.aib.gov.uk Address of the buyer profile: [8]https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile .aspx?ID=AA00233 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: [9]www.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: [10]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: [11]www.publiccontractsscotland.gov.uk I.4)Type of the contracting authority Body governed by public law I.5)Main activity General public services Section II: Object II.1)Scope of the procurement II.1.1)Title: Provision of Chartered Surveyor Services Reference number: AiB 2020/5 II.1.2)Main CPV code 71315300 Building surveying services II.1.3)Type of contract Services II.1.4)Short description: Accountant in Bankruptcy (AiB) intend to award a contract for the provision of chartered surveyor services. The scope of this contract is intended to cover chartered surveyor services required by AiB in relation to properties owned by sequestrated individuals. If the Accountant in bankruptcy is the trustee of the bankruptcy then once an individual has been sequestrated their property vests in the Accountant and may be realised for the benefit of creditors. This contract will cover services required primarily within Scotland including the Highlands and Islands. There may also be a limited requirement for chartered surveyor services out with Scotland. A full specification of the required service is included with this ITT. II.1.5)Estimated total value Value excluding VAT: 200 000.00 GBP II.1.6)Information about lots This contract is divided into lots: no II.2)Description II.2.1)Title: II.2.2)Additional CPV code(s) 71251000 Architectural and building-surveying services II.2.3)Place of performance NUTS code: UKM SCOTLAND Main site or place of performance: SCOTLAND. II.2.4)Description of the procurement: Accountant in Bankruptcy intend to award a contract for the provision of chartered surveyor services in relation to residential and commercial properties that vest in the Accountant as trustee. Detailed award criteria is contained in the ITT documentation. II.2.5)Award criteria Criteria below Quality criterion - Name: Quality / Weighting: 60 Price - Weighting: 40 II.2.6)Estimated value Value excluding VAT: 200 000.00 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: One 12-month extension period available at the discretion of AiB. II.2.10)Information about variants Variants will be accepted: no II.2.11)Information about options Options: no II.2.12)Information about electronic catalogues II.2.13)Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14)Additional information Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. 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: This section refers to section A of part 4 of the ESPD (Scotland) and covers questions 4A.2, 4A.2.1, 4A.2.2, and 4A.2.3. Where it is required, within a tenderer's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service: Tenderer surveyors must be members of the Royal Institution of Chartered Surveyors (RICS). The tenderer must be able to evidence that their surveyors are or will be at the time of contract award, associate (ARICS) chartered (MRICS) and/or fellowship (FRICS) members of RICS. III.1.2)Economic and financial standing List and brief description of selection criteria: This section refers to section B of part 4 of the ESPD (Scotland) and covers questions 4B.4, 4B.4.1, 4B.5.1a, 4B.5.1b, 4B.5.2 and 4B.5.3. Minimum level(s) of standards possibly required: Q 4B.4 and Q4B.4.1 Tenderers must demonstrate a current ratio of 1.0 or above, based on their most recently published accounts. The current ratio shall be calculated as follows: net current assets divided by net current liabilities. The tenderer must submit with their ESPD response a copy of or link to, their most recently published annual accounts or equivalent to demonstrate they can evidence a current ratio of 1.0 or above. If the tenderer does not meet this requirement then their bid may be set aside and take no further part in the competition, unless the tenderer can provide further relevant information which AiB considerers appropriate to demonstrate that the tenderer does not/would not represent an unmanageable risk should it be awarded the contract. This information may include, but is not limited to, audited financial accounts for the last 3 financial years or forms of assurance such as a performance bond and/or a parent company guarantee if applicable. It is a requirement of this contract that tenderers hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Q4B.5.1a Professional risk indemnity insurance GBP 1 million for each and every claim, Q4B.5.1b Employers compulsory liability insurance GBP 5 million for each and every claim, Q4B.5.2 Public liability insurance GBP 1 million for each and every claim. III.1.3)Technical and professional ability List and brief description of selection criteria: This Section refers to section C of part 4 of the ESPD (Scotland) and covers question 4C.1.2 and question 4C.6. Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in the contract notice. Minimum level(s) of standards possibly required: Q 4C.1.2 The tenderer is required to provide relevant examples to demonstrate that they have held contracts of a similar nature to those described in the contract notice and invitation to tender, including any examples of public sector experience within the last 3 years. A maximum of three examples should be provided. The response to Q4C.1.2 shall be evaluated as per the Evaluation Criteria for Selection Stage detailed at the Additional Information section. Should the response to Q4C.1.2 not achieve a minimum moderated mean average score of 2 Acceptable then the bid may be set aside and may take no further part in the competition. Q 4C.6 Tenderers must be able to evidence surveyors have a relevant degree or professional qualification accredited by the Royal Institution of Chartered Surveyors (RICS) and are members (Associate ARICS, Chartered MRICS and/or Fellowship FRICS) of RICS or that they will be by contract commencement. III.1.5)Information about reserved contracts III.2)Conditions related to the contract III.2.1)Information about a particular profession Execution of the service is reserved to a particular profession Reference to the relevant law, regulation or administrative provision: Tenderer surveyors must be members of the Royal Institution of Chartered Surveyors (RICS). III.2.2)Contract performance conditions: 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.1.3)Information about a framework agreement or a dynamic purchasing system IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.6)Information about electronic auction 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.2.1)Previous publication concerning this procedure Notice number in the OJ S: [12]2020/S 096-230690 IV.2.2)Time limit for receipt of tenders or requests to participate Date: 04/08/2020 Local time: 12:00 IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates 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: 6 (from the date stated for receipt of tender) IV.2.7)Conditions for opening of tenders Date: 04/08/2020 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: Within 4 years. VI.2)Information about electronic workflows Electronic payment will be used VI.3)Additional information: Full details of the selection and award criteria evaluation methodology are detailed within Annex B of the Instructions for Tenderers document. Tenderer responses to ESPD part C question 4C.1.2 will be evaluated as per the following methodology: 0 = Unacceptable Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = Poor Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 = Acceptable Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 = Good Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 = Excellent Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. If the response fails to achieve a minimum moderated mean average score of 2-Acceptable the bid may be set aside and may take no further part in the competition. ESPD Q2D.1, Q2D.1.1 and Q2D.1.2: if tenderers intend to subcontract any share of the contract they must list the proposed subcontractors and provide a separate ESPD response (Sections A and B of Part II and Part III) for each subcontractor. ITT award criteria is fully detailed within the Award Questionnaire. All scored questions will be evaluated as per the methodology detailed within Annex B of the Instructions for Tenderers document. Section 2 questions 3 and 4 of the Award Questionnaire require a minimum moderated mean average score of 2-Acceptable. Failure to achieve this score for these questions will mean your bid may be set aside and may not be taken forward to the Price/Quality evaluation. A scored question on community benefits was not considered to be proportionate for this requirement, however the Award Questionnaire includes a non-scoring community benefits question and responses will become a condition of the contract. Consideration has been given to dividing this contract into lots however, it has been determined that this would not be suitable as it would make the execution of the contract excessively technically difficult and the need to co-ordinate the different service providers for the lots could risk undermining the proper execution of the contract. Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at [13]https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.asp x?ID=622455 The buyer has indicated that it will accept electronic responses to this notice via the postbox facility. A user guide is available at [14]https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.asp x 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: [15]http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2 361 A summary of the expected community benefits has been provided as follows: Recruitment and training for disadvantaged persons unemployed for over 6 months. Work placement and employment opportunities for young people, including apprenticeships and graduate schemes. (SC Ref:622455) VI.4)Procedures for review VI.4.1)Review body Official name: Kilmarnock Sheriff Court Postal address: St Marnock Street Town: KIlmarnock Postal code: KA1 1ED Country: United Kingdom VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedure VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice: 29/06/2020 -------------------------------------------------------------------------------- Database Operation & Alert Service (icc-hofmann) for: The Office for Official Publications of the European Communities The Federal Office of Foreign Trade Information Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de