Contract notice
Section I: Contracting
authority
I.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
UK
Contact person: Sean Skelton
E-mail: sean.skelton@eastrenfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.eastrenfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained 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
Servicing ,Repairs and Maintenance to Lifts within East Renfrewshire Council
Reference number: ERC000316
II.1.2) Main CPV code
50000000
II.1.3) Type of contract
Services
II.1.4) Short description
A summary of key services included within the contact are:
- Statutory maintenance of Fire Alarm Systems.
- Statutory maintenance of Intruder Alarm Systems.
- Provision of a 24/7/365 reactive repairs service to the above mentioned systems.
- Provision of a 24/7/365 alarm monitoring service.
II.1.5) Estimated total value
Value excluding VAT:
1 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
31625200
50413200
31625100
75251110
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
Open Route 3 Procurement Exercise to appoint a single contract to deliver regular servicing of all alarms throughout the Council. Works also include but not limited to the general repairs and maintenance of various East Renfrewshire Council Buildings on a 24-hour 365 days emergency response service in accordance with the priority schedule detailed in the contract document to enable emergency work to be carried out in compliance with the Contract Conditions.
Contract also includes a prevision for reactive works and replacements of alarms systems on an ad hoc basis .
II.2.5) Award criteria
Criteria below:
Quality criterion: Planned Maintenance Requirements
/ Weighting: 20
Quality criterion: Contract management
/ Weighting: 20
Quality criterion: Technical Ability
/ Weighting: 20
Quality criterion: Resources
/ Weighting: 20
Quality criterion: Community Benefits
/ Weighting: 10
Quality criterion: Net Zero
/ Weighting: 5
Quality criterion: Fair work
/ Weighting: 5
Price
/ Weighting:
70
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:
The council Reserve the right to extend up to a further 24 months
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 Council reserves the right to spend up to an additional 125,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract. This will be subject to the capability and capacity of the winning contractor as well as best value being demonstrated.
For the avoidance of doubt bidders should note that this additional amount is not guaranteed or implied and will only be utilised should the winning contractor be performing effectively, have capacity when such works arise , budget been available and provide a quick cost effective option for such spend.
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
The Council reserves the right to spend up to an additional 125,000 GBP (excluding VAT) annually on capital works that may be identified during the course of the contract.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
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:
Bidders are required to be enrolled in the following trade bodies
-BAFE registration
-NICEIC or SELECT for electrical installations
III.1.2) Economic and financial standing
List and brief description of selection criteria:
The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services.
Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information.
Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and
Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form.
The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.
Turnover
Insurance
Minimum level(s) of standards required:
Employer’s (Compulsory) Liability Insurance = 5 million GBP
Public Liability Insurance = 5 million GBP
Professional Indemnity Insurance = 2 million GBP
Third Party Motor Vehicle Insurance
Average Turnover for two financial years of Minimum :500,000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Previous Experience
Health and Safety Management
Quality Management
Environmental Management
Supply Chain management Processes
Minimum level(s) of standards required:
Bidders must provide 2 examples of previous contracts providing a similar service as specified in the contract notice Over 5 Years
Failure to provide the relevant experience as requested will result in disqualification from the tender
Health and Safety Management
The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (or equivalent)
OR
A regularly reviewed and documented policy for Health and Safety management
Failure to confirm necessary accreditations/ memberships or qualifications will result in the bidder being automatically disqualified from the evaluation process
Environmental Management
The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate
OR
A regularly reviewed documented policy regarding environmental management
Quality Management
The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 19001 (or equivalent) or a valid QMS(or equivalent) certificate
OR
A regularly reviewed documented policy regarding Quality management policy
Failure to confirm necessary accreditations/ memberships or qualifications will result in the bidder being automatically disqualified from the evaluation process
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The conditions of contract will be the SBCC Measured Term Contract for use in Scotland (MTC/Scot 2011)
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:
29/02/2024
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:
29/02/2024
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:
Upon Expiry as outlined in tender Documents
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
Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days
of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.
The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25165. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the
Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.
Tier 1. Targeted recruitment and training for priority employability groups.
Tier 2. Work experience placements for the same target groups.
Tier 3. Curriculum support for schools and those on employability pathways.
Tier 4. Community Enhancement for community groups and projects.
Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 10 Community Benefits points per year of the contract
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25863. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:755998)
VI.4) Procedures for review
VI.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
Paisley
PA3 2HW
UK
E-mail: paisley@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
23/01/2024