Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
Scottish Government Procurement
4 Atlantic Quay, 70 York St
Glasgow
G2 8EA
UK
Contact person: Maxine Mullen
E-mail: maxine.mullen@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Single Building Assessment(s) for Fire Safety in Scotland
Reference number: CASE/632370
II.1.2) Main CPV code
71315300
II.1.3) Type of contract
Services
II.1.4) Short description
The Scottish Government have made a commitment from March 2021 to provide support where risks, due to unsafe cladding systems on external walls have been identified. The Single Building Assessment (SBA) programme has been introduced to carry out fully funded safety assessments to determine private residential multi-occupancy buildings with a fire safety risk. The assessment will produce a report that will identify the extent of risk and recommendations for any repairs needed to make buildings safer.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
71315300
79311000
44212310
44212315
44212317
71251000
45262100
II.2.3) Place of performance
NUTS code:
UKM
II.2.4) Description of the procurement
Scottish Government are looking to establish a Dynamic Purchasing System to host a bank of appropriately qualified suppliers to provide Single Building Assessments (SBAs) on private residential multi-occupancy buildings.
These assessments will require on-site surveying and intrusive material sampling (where required) to provide and assess risk due to unsafe cladding systems on external walls. The single building assessment also requires a holistic fire safety risk assessment to be carried out on the entire building. As an output a report will be produced that assesses the level of risk posed (if any identified) and will provide suggested recommendations for any remediation works needed to make the building safer and in line with current building standards in Scotland. .
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 40% - 80%
Price
/ Weighting:
20% - 60%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
January 2028
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Insurance Liabilities will be taken on a risk based approach for each contract call-off under the DPS.
The potential types of insurance that maybe required are indicated below:
Employer’s (Compulsory) Liability Insurance
Public Liability Insurance
Professional Indemnity Insurance
Financial Assessment will be taken on a risk based approach for each contract call-off under the DPS.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-033924
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
18/01/2028
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
18/01/2028
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: 60 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
**Please note within the Qualification Envelope of PCS-T we will request information on Supply Chain Management/Prompt Payment tenderers must submit responses to this question contained in the SPD (Scotland) under section 1.73 (Qualification Envelope in PCS-T). A ‘Pass/Fail’ score will be awarded to the Supply Chain Management/Prompt Payment question (unless it is stipulated as NON-Applicable as they do not operate supply chain as part of their delivery. Only tenders that achieve a ‘Pass’ or stipulate as Non-Applicable) for this section in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.
Also as part of the qualification envelope (PCS_T) you will be required to answer question 1.72 for Fair Work First. Your responses are required for information purposes only and are not part of the selection criteria.
The system for establishing and on-boarding suppliers to the Single Building Assessment(s) for Fire Safety in Scotland DPS will operate fully electronically using the PCS-Tender system
Project Code 23090.
Organisations who use the DPS for call-offs will issue them electronically. Many organisations use PCS-Tender, however for those
organisations who do not use PCS-Tender, alternative electronic routes may also be used and are acceptable.
All participants awarded a place the DPS will be invited to all contract opportunities within the DPS.
The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies)
Suppliers will be required to have or obtain prior to applying for any call off contract through this DPS the following:.
RICS surveyors who have passed the EWS1 training model for buildings over 11 Metres + or equivalent
Chartered Fire Engineers with the IFE (or other appropriate organisation) for buildings over 18 Metres+ or equivalent
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23090. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Will be considered at Call Off Stage
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
Will be considered at Call Off Stage
(SC Ref:716549)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Sheriff Court House, 27 Chambers Street
Edinbuegh
EH1 1LB
UK
VI.5) Date of dispatch of this notice
19/01/2023