The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
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:
Any contractor or subcontractor undertaking works shall be an approved contractor on the roll of the following bodies:
— Lift and Escalator Industry Association (LEIA) and/or Lifting Equipment Engineers Association (LEEA).
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Current ratio (Current assets divided by current liabilities).
Net Assets (Net Worth) (value per the Balance Sheet, no calculations required).
Minimum level(s) of standards required:
The acceptable range is:
1) Current ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. current assets will equal or exceed current liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract;
2) Net assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a net assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
The Council will download a Dun and Bradstreet Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as ‘High’ or ‘Severe’. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as ‘Moderate – High’ or ‘Moderate’ to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth and Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots.
Quality assurance
1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent); or
2) The bidder must have the following as detailed in the section below:
Health and safety.
3) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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; or
2) The bidder must have the following as detailed in the section below:
4D.2 Environmental management
1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or
2) The bidder must meet the requirements detailed below.
Minimum level(s) of standards required:
Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots.
Quality management procedures
1) The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent); or
2) The bidder must have the following:
(a) a documented policy regarding quality management;
(b) documented procedures for periodically reviewing, correcting and improving quality performance;
(c) a documented process for ensuring that quality management is effective in reducing/preventing incidents of substandard delivery; (d) documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid;
(e) documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis;
(f) documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged;
(g) a documented process demonstrating how the bidder deals with complaints.
Health and safety procedures
3) The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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; or
4a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management;
4b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents;
4c. A documented procedure how the bidder obtains access to competent health and safety advice and assistance;
4d. Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid;
4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has;
4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance;
4g. Documented arrangements for involving the bidder’s workforce in the planning and implementation of H&S measures;
4h. Documented procedures for recording accidents/incidents and undertaking follow-up action;
4i. Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged;
4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary;
4k. Documented arrangements for co-operating and co-ordinating the bidder’s work with other suppliers;
4D.2 Environmental management.
1) The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with
BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or
2) See selection criteria as stated in the procurement documents.
7 years.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 15582.
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
Suppliers will be required to advise what community benefits will be delivered and how they will deliver them.