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