Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Minor Construction Projects to Public Buildings 2018-21

  • First published: 24 May 2018
  • Last modified: 24 May 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Perth and Kinross Council
Authority ID:
AA50447
Publication date:
24 May 2018
Deadline date:
19 June 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

A Framework to carry out minor construction projects as multi-trade (main) contractor.

Proposed number of contractors to be awarded on this framework is 4 four).

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Telephone: +44 1738475000

E-mail: TBryce@pkc.gov.uk

NUTS: UKM77

Internet address(es)

Main address: http://www.pkc.gov.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


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


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

Minor Construction Projects to Public Buildings 2018-21

Reference number: PKC10040

II.1.2) Main CPV code

45000000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Provide competent contractors to carry out a programme of works on various public buildings.

II.1.5) Estimated total value

Value excluding VAT: 26 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Multi-Trade (Main Contractor)

II.2.2) Additional CPV code(s)

71315000

II.2.3) Place of performance

NUTS code:

UKM77

II.2.4) Description of the procurement

A Framework to carry out minor construction projects as multi-trade (main) contractor.

Proposed number of contractors to be awarded on this framework is 4 four).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 12 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for 12 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: 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

Lot No: 2

II.2.1) Title

Electrical Works

II.2.2) Additional CPV code(s)

71314100

II.2.3) Place of performance

NUTS code:

UKM77

II.2.4) Description of the procurement

To carry out minor construction projects as a single trade contractor for Electrical works.

This is a measured Term Contract with Schedule of Rates.

Proposed number of contractors to be awarded on the contract is 3 (three).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 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: 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

Lot No: 3

II.2.1) Title

Mechanical Works

II.2.2) Additional CPV code(s)

71315000

II.2.3) Place of performance

NUTS code:

UKM77

II.2.4) Description of the procurement

To carry out minor construction projects as a single trade contractor for Mechanical works.

This is a measured Term Contract with Schedule of Rates.

Proposed number of contractors to be awarded on the contract is 3 (three).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 6 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 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: 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

Lot No: 4

II.2.1) Title

Single Ply Roofing

II.2.2) Additional CPV code(s)

71315000

II.2.3) Place of performance

NUTS code:

UKM77

II.2.4) Description of the procurement

To carry out minor construction projects as a single trade contractor for single ply roofing.

This is a measured Term Contract with Schedule of Rates.

Proposed number of contractors to be awarded on the contract is 2 (two).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 800 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 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: 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

Lot No: 5

II.2.1) Title

Floor Covering Work

II.2.2) Additional CPV code(s)

71315000

II.2.3) Place of performance

NUTS code:

UKM77

II.2.4) Description of the procurement

To carry out minor construction projects as a single trade contractor for Floor Covering Work.

This is a measured Term Contract with Schedule of Rates.

Proposed number of contractors to be awarded on the contract is 2 (two).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 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: 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

Lot No: 6

II.2.1) Title

Painting and Decorating

II.2.2) Additional CPV code(s)

71315000

II.2.3) Place of performance

NUTS code:

UKM77

II.2.4) Description of the procurement

Tto carry out minor construction projects as a single trade contractor for Painting and Decorating.

This is a measured Term Contract with Schedule of Rates.

Proposed number of contractors to be awarded on the contract is 2 (two).

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend for a further 12 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: 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

Bidders that are applying for the Electrical Works lot / trade must confirm that they are registered members of:

— The National Inspection Council for Electrical Installation Contracting (NICEIC) or Select or ECA.

Bidders that are applying for the Mechanical Works lot / trade must confirm that they are registered members of the following organisations:

— Building Engineering Services Association (BESA),

— Scottish and Northern Ireland Plumbing Employers Federation (SNIPEF) and Gas Safe Register.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B.1.1 Bidders are required to submit their General Turnover for each of the last 3 years, which must be at least the value of the works being bid for, however reasons not meeting the test are to be disclosed with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.

4B.4 Bidders will be required to state the values for the following for the last 3 financial years:

1) Current Ratio (Current Assets divided by Current Liabilities);

2) Net Assets (Net Worth) (value per the Balance Sheet, no calculations required).

4B.5.1 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:


Minimum level(s) of standards required:

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:

— Net Assets (Net Worth) it is expected that the Net Worth 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.

4B.5.1 Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.

Public Liability Insurance = 5 000 000 GBP.

http://www.hse.gov.uk/pubns/hse40.pdf

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1 Bidders will be required to provide examples of works carried out in the past 4 years that demonstrate that they have the relevant experience to deliver the work as described in Part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.


Minimum level(s) of standards required:

Bidders are required to provide examples of their participation in contracts or frameworks where they have successfully delivered multiple projects over a term (3 to 4 years) for a local authority or similar scale body. Examples should be relevant to the trade or lots that the bidder is tendering for.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 16

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: 19/06/2018

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: 19/06/2018

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:

48 months.

VI.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_10628

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:

Disproportionate to requirements of this tender:

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

— community benefits are included as per question below:

Please describe any Community Benefits that could be provided as part of this contract, the level of benefits should be relative to the value of work being bid for. The council will endeavour to identify specific needs within Perth and Kinross to assist contractor in meeting their commitment to providing meaningful benefits.

(SC Ref:539117).

VI.4) Procedures for review

VI.4.1) Review body

Perth and Kinross Council

2 High Street

Perth

PH1 5PH

UK

Telephone: +44 1738475000

Internet address(es)

URL: http://www.pkc.gov.uk

VI.5) Date of dispatch of this notice

18/05/2018

Coding

Commodity categories

ID Title Parent category
71315000 Building services Consultative engineering and construction services
45000000 Construction work Construction and Real Estate
71314100 Electrical services Energy and related services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
TBryce@pkc.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.