Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Home Fix Scotland
Clyde View, 22 Pottery Street
Greenock
PA15 2UZ
UK
Telephone: +44 8000132196
E-mail: procurement@riverclydehomes.org.uk
NUTS: UKM83
Internet address(es)
Main address: http://riverclydehomes.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102
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
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Arborist Services
Reference number: HFS035
II.1.2) Main CPV code
77211500
II.1.3) Type of contract
Services
II.1.4) Short description
Home Fix Scotland are seeking to appoint a highly competent and experienced contractor to provide arborist services.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
77211300
77211400
77340000
77341000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Inverclyde
II.2.4) Description of the procurement
Home Fix Scotland are seeking to appoint a highly competent and experienced contractor to provide arborist services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology & Approach
/ Weighting: 50.00%
Quality criterion: Fair Work First
/ Weighting: 10.00%
Quality criterion: Community Benefits
/ Weighting: 10.00%
Quality criterion: Data Protection
/ Weighting: Pass/Fail
Price
/ Weighting:
30%
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 contract will run for an initial 2-year period. HFS may wish, at its sole discretion, to extend any resultant agreement for a further 2, 12 month periods subject to the agreement of the successful bidder.
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
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:
It is a prerequisite for any company that wishes to be considered for the contract that they are an Arboricultural Association Approved Contractor. This will be verified by HFS via the ARB website.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
SPD Question 4B.5.1b
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers Liability Insurance = 5m GBP
4B.5.2
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Public Liability Insurance = 2m GBP
4B.6
The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies, that are deemed to be financially stable by RCH’s Finance Department, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided in the SPD.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
SPD Question 4C.1
Provide three examples of the successful delivery of contracts that are close in nature and scope to HFS’s requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was, and how they have performed within the contract. Bidders are required to provide written references, with their tender response, from two of the three clients listed. The references should provide a summary of the works undertaken and indicate the client’s own satisfaction levels with the quality of service they received (Pass/Fail)
SPD Question 4C.2
Bidders are required to provide details of the available pool of on-site Tree Surgeons / Arborists (not management staff) who will be involved in performing the contract in the event of a successful bid. This should include staff numbers, and information in relation to the staff members core skills, qualifications, accreditations, experience and competency. (Pass/Fail)
SPD Question 4C.4
If bidders intend to use a supply chain to deliver the contract they should confirm they have robust systems in place to ensure they pay subcontractors through the supply chain promptly and effectively, and will be able to evidence if requested:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance, with their SPD response.(Pass/Fail)
SPD Question 4C.6.1
Bidders are required to provide details of the relevant experience and educational and professional qualifications held by held by its managerial staff.(Pass/Fail)
SPD Question 4C.10
Bidders are required to provide details of the proportion of the contract that they intend to subcontract, list the workstreams that will be sub-contracted, provide details of the sub-contractors they intend to sub-contract these works to, and explain how they’ve been selected and how they will be managed. A separate SPD for each named subcontractor must be completed and submitted with your response.
Although sub-contracting is not in and of itself an issue, failure to provide the required information in relation to sub contractors may result in your company being removed from the process.(Pass/Fail)
SPD Question 4D.1
Bidders should be able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO9001 (or equivalent)
Or
A documented policy regarding quality management. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. (Pass/Fail)
and
Be able to provide evidence of a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 / 45001 (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. Where the preferred bidder does not hold the above accreditation, they will require to satisfy HFS' Internal Health & Safety Team of their competence through other means prior to any contract award. (Pass/Fail)
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The contract will be subject to formal Key Performance Indicators which are detailed within the attached tender document.
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:
29/09/2023
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:
29/09/2023
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:
August 2027
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
Tenders must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the post box will not be considered. Any questions in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.
Tenderers should ensure they read and understand the SPD guidance document attached to the contract notice prior to submitting a bid.
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=743224.
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:
Bidders are required to set out what specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. The response may address but is not limited to, targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. 10% of the total tender score will be allocated for this award criterion.
(SC Ref:743224)
VI.4) Procedures for review
VI.4.1) Review body
Greenock Sheriff Court House,
1 Nelson St, Greenock
Greenock
PA15 1TP
UK
Internet address(es)
URL: http://riverclydehomes.org.uk
VI.5) Date of dispatch of this notice
30/08/2023