Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
0141 487 1524
Paisley
PA1 1JB
UK
Contact person: Kevin Milliken
Telephone: +44 03003000300
E-mail: kevin.milliken@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictenderscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
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
Void Property Energy Services Management
Reference number: RC-CPU-23-284
II.1.2) Main CPV code
71314200
II.1.3) Type of contract
Services
II.1.4) Short description
Renfrewshire Council has a requirement to appoint a Service Provider to deliver a comprehensive Void Management and Preferred Energy Supplier service to all void houses and re-lets including Homeless Person Unit Voids (HPUs). The number of voids within this scheme is likely to vary throughout the Contract period, depending upon the uptake of lets, demand for housing in specific areas and the size of the Council’s Housing Portfolio.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71314000
38551000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Renfrewshire
II.2.4) Description of the procurement
Renfrewshire Council has a requirement to appoint a Service Provider to deliver a comprehensive Void Management and Preferred Energy Supplier service to all void houses and re-lets including Homeless Person Unit Voids (HPUs).
II.2.5) Award criteria
Criteria below:
Quality criterion: Proposed Service Delivery Methodology
/ Weighting: 15
Quality criterion: Administration of the Contract
/ Weighting: 10
Quality criterion: Energy Management
/ Weighting: 10
Quality criterion: Proposed Methodology for Minimising Incoming Tenant Tariffs
/ Weighting: 5
Quality criterion: Added Value
/ Weighting: 5
Quality criterion: Failure of Performance of the Service
/ Weighting: 5
Quality criterion: Community Benefits Outcome Menu
/ Weighting: 3
Quality criterion: Community Benefits Supporting Methodology
/ Weighting: 7
Quality criterion: Fair Work First
/ Weighting: 5
Quality criterion: Cyber Security
/ Weighting: 7
Quality criterion: Authentication
/ Weighting: 2
Quality criterion: Technologies
/ Weighting: 2
Quality criterion: Integration/Interfaces
/ Weighting: 2
Quality criterion: Service Management
/ Weighting: 2
Price
/ Weighting:
20
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
This Contract is for 4 Years with 3 optional extensions of 3 12 month periods (4 Years + 1 Year + 1 Year + 1 Year).
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
II.2.14) Additional information
Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to. Tenderers are required to complete the template attached to 4C.7
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.2.2) Contract performance conditions
This contract will include performance conditions relating to Fair Work First and Community Benefits. The tender requests community benefits and they will be scored.
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:
22/08/2024
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
Tender must be valid until:
17/01/2025
IV.2.7) Conditions for opening of tenders
Date:
22/08/2024
Local time: 12:00
Place:
Tender submissions will be opened remotely using an opening committee on PCS-T with two procurement officers.
Information about authorised persons and opening procedure:
Tender submissions will be opened remotely using an opening committee on PCS-T with two procurement officers.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
Further Contract Notices will be issued via Public Contract Scotland when this contract is near its end date.
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
The recommended Tenderer will be required to provide at Request for Documentation stage the following documents:
Health & Safety Questionnaire and Supporting Documentation
Insurance Certification as per the levels of the contract
CPU-056-A S1 Equalities Questionnaire
CPU-057-A S2 Equalities Declaration
CPU-060-A S5 Prompt Payment Certificate
CPU-061-A S6 Waste Carrier
CPU-063-A S9 List of Proposed Sub-Contractors
CPU-064-A S10 draft parent company
guarantee (including performance of the
services)
CPU-065-A S14 Destruction Of Personal Or Sensitive Personal Information Certificate
Data Processor Agreement
New Supplier Request BACs Form
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25359. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:772098)
VI.4) Procedures for review
VI.4.1) Review body
Please refer to VI.4.3 below
UK
UK
VI.4.2) Body responsible for mediation procedures
Please refer to VI.4.3 below
UK
UK
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
VI.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
UK
VI.5) Date of dispatch of this notice
22/07/2024