The procurement documents are available for unrestricted and full direct access, free of charge at:
Lot No: 1
II.2.1) Title
Electrical
II.2.2) Additional CPV code(s)
50710000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
1) Electrical
— Emergency lighting checks
— Sports pitch flood lighting inspection
— Portable appliance testing
— Fixed appliance testing
— Emergency generating plant
— Maintenance of pool hoist
— Patient lifting apparatus servicing and testing
— Electrically operated storage heaters
— Induction loop and PA systems
— Lightning protection systems
— Stage lighting and sound system inspection
— AV Systems
— Trace heating
— Reactive maintenance of automatic & manual window openers
— Reactive maintenance of window blinds (automated)
— General electrical works including DBs, cabling and fittings, lighting, fans, appliances and earthing and bonding
— Data communications, connecting of smartboards only & associated repairs
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 2
II.2.1) Title
Inspection and Testing of Electrical Installations
II.2.2) Additional CPV code(s)
50711000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
Inspection and testing of electrical installations
— Fixed wiring inspection and testing (TT system)
— Fixed wiring inspection and testing
— Inspection and testing associated with plant & equipment
— Remedials associated with fixed wiring inspection and testing
— Electrical routine visual inspections
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 3
II.2.1) Title
Goods and Passenger Lifts
II.2.2) Additional CPV code(s)
50750000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
Lift system servicing
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 4
II.2.1) Title
Fire & Security
II.2.2) Additional CPV code(s)
50610000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
4) Fire & Security
— Door access and time monitored systems
— Coin mechanism systems
— CCTV system inspection
— Fire alarm system inspection
— Very early smoke detection apparatus servicing
— Intruder alarm inspection
— Nurse call and disabled alarm systems
— Panic alarm systems
— Firefighting equipment inspection
— Remote monitoring of alarm systems (fire/ intruder/ panic)
— Doors, gates and security shutters (automated) inspection
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 5
II.2.1) Title
Life Systems
II.2.2) Additional CPV code(s)
31625100
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
5) Life Systems
— Fire stopping
— Fire hydrants
— Wet fire suppression sprinkler systems
— Gas detection systems inspection
— Gaseous fire extinguishing system inspection
— Dry riser inspection and testing
— Smoke ventilation (automatic) inspection
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 6
II.2.1) Title
Ventilation
II.2.2) Additional CPV code(s)
71315410
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
6) Ventilation
— Air conditioning system inspections (inc ducting & grilles)
— Air handling units (inc ducting & grilles)
— Mechanical ventilation systems (extract fans) (inc ducting & grilles)
— Trane chillers
— De-humidifier inspection
— Humidifier
— Automatic ventilation and wind catchers
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 7
II.2.1) Title
Kitchen
II.2.2) Additional CPV code(s)
39221000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
7) Kitchen
— Maintenance of domestic home economics, electric & gas cooking appliances
— Maintenance of training catering equipment
— Commercial catering equipment servicing
— Grease trap dosing system
— Cleaning of kitchen ventilation canopy
— Mechanical ventilation systems (extract fans) (inc ducting & grilles)
— Fly Screen cleaning
— Gas safety check and service of gas tumble dryer
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 8
II.2.1) Title
Water Management
II.2.2) Additional CPV code(s)
90733000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
8) Water Management
— Monthly water monitoring
— Quarterly water monitoring
— Annual water monitoring
— Annual sampling
— Monthly sampling (swimming pools)
— Risk assessment
— Storage tanks
— DWQR leak in water monitoring
— Water coolers and drinking fountains
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 9
II.2.1) Title
Renewables
II.2.2) Additional CPV code(s)
42511110
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
9) Renewables
— Ground source heat pump servicing
— Solar thermal panels
— Solar water heating system inspection
— Air source heat pump inspection
— PV systems inspection
— Rainwater harvesting
— Battery storage
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 10
II.2.1) Title
Plumbing & Heating
II.2.2) Additional CPV code(s)
45332200
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
10) Plumbing & Heating
— Combined heat and power
— Oil boiler inspection
— Unvented and mains pressure cylinder inspection
— Gas soundness testing
— Oil storage tanks
— Boiler monitoring systems (CO detector)
— Gas boiler inspection
— Pressurisation units, booster sets and circulation pumps
— Plate heating exchanger inspection
— Mains pressure cylinders
— Warm water units (Calomax boilers)
Indirect warm air unit servicing (includes ambirad)
— Cabinet fan convection heaters
— Building energy management system (not monitoring)
— Underfloor heating
— General plumber works to water services and waste piping, sanitary ware and fittings, etc,
— General heating and hot water systems including boilers, pipework, valves, pumps, pressuring vessels, etc.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 11
II.2.1) Title
Biomass
II.2.2) Additional CPV code(s)
45259300
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
11) Biomass
— Provision of Biomass fuel (inc ash collection)
— Wood burning biomass boiler plant (service & repair)
— Biomass fuel store clean & inspection
— Biomass boiler – chimney clean
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
2 485 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 12
II.2.1) Title
Thorough Examination
II.2.2) Additional CPV code(s)
39141500
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
12) Thorough Examination
— Fume cupboards
— LOLER (lifts, roller shutter doors/ hoists)
— PSSR (plate heat exchangers/ expansion vessels/ boilers/ pressure systems)
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
2 485 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 13
II.2.1) Title
Drainage
II.2.2) Additional CPV code(s)
44163112
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
13) Drainage
— Below ground drainage work, including CCTV surveys, jetting, hand rodding, drain lining, etc,
— Planned works following drainage surveys
— Rainwater goods
— Suds
— Biodiscs/ Septic Tanks
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
2 485 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 14
II.2.1) Title
General Trades
II.2.2) Additional CPV code(s)
50700000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
14) General Trades
— Masonry
— External Works
— Waterproofing
— Bituminous paving and surfacing
— Floor and wall tiling
— General painter works (internal and external)
— General floor covering works including removals, screeding sheet and tiles
— Glazier works
— General joiner works
— Food Hygiene report remedials
— General drainage works
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
2 485 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
Lot No: 15
II.2.1) Title
Joiner
II.2.2) Additional CPV code(s)
45421000
II.2.3) Place of performance
NUTS code:
UKM77
II.2.4) Description of the procurement
15) Joiner
— Glazier works
— General joiner works
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
24 850 000.00
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:
Perth & Kinross Council will have the option to extend the contract for a period of up to 4 years.
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
The value advised is the estimated value of all lots including extension options.
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:
Suitability
4A.1 Bidders that are applying for the following lots/contracts must confirm that they are registered members of the listed bodies below:
Lot 1: electrical. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).
Lot 2: inspection and testing of electrical installations. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).
Lot 3: lift system servicing. Any contractor or sub-contractor 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),
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).
Lot 4: fire and security. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select),
— security systems and alarms inspection board (SSAIB) and/or National security inspectorate (NSI),
— Electrical contractors association (ECA),
— British Approvals for Fire Equipment (BAFE),
— Automatic door suppliers association (ADSA).
Lot 5: Life systems. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— British Approvals for Fire Equipment (BAFE),
— British Automatic Fire Sprinkler Association (BAFSA),
— F-Gas Certification.
Lot 6: Ventilation. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— building and engineering services association,
— F-gas certification,
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).
Lot 7: Kitchen. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— gas safe,
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).
Lot 8: Water management. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— Water industry approved plumber scheme (WIAPS), or an equivalent independent approval body;
— Member of WaterSafe or Scottish Water Approved Contractor.
Lot 9: Renewables. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— the Microgeneration Certification Scheme,
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).
Lot 10: Plumbing and heating. Any contractor or sub-contractor undertaking works shall be an approved contractor on the roll of the following bodies:
— gas safe,
— OFTEC
— Water Industry Approved Plumber Scheme (WIAPS), or an equivalent independent approval body,
— Member of WaterSafe or Scottish Water Approved Contractor,
— Building and Engineering Services Association,
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (Select).
Lot 11: Biomass. Any contractor of sub-contractor undertaking works shall be a member of:
— the Microgeneration Certification Scheme (MCS), or certified by an equivalent scheme
— National Inspection Council for Electrical Installation Contracting (NICEIC) and/or Scottish Electrical Contractors' Association (SELECT)
III.1.2) Economic and financial standing
List and brief description of selection criteria:
4B.4 Bidders will be required to state the values for the following for the last 2 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
The bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below:
Employer’s liability insurance in the sum of 10 000 000 GBP;
Public liability insurance in the sum of 5 000 000 GBP;
Professional indemnity insurance in the sum of 2 000 000 GBP.
Minimum level(s) of standards required:
4B.4
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.
4B.5.1
The bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below:
Employer’s liability insurance in the sum of 10 000 000 GBP for each and every claim.
Public liability insurance in the sum of 5 000 000 GBP for each and every claim.
Professional indemnity insurance in the sum of 2 000 000 GBP in the aggregate of one automatic reinstatement of this sum permitted within the policy terms.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
4C: Technical and professional ability
4C: 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.
4D: Quality assurance
Minimum level(s) of standards required:
4D.1
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 sub-standard delivery;
(d) documented arrangements for providing the bidder’s workforce with quality related training;
(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;
(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,
4a) The bidder must have a regularly reviewed and documented policy for health and safety (h&S) management;
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. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years;
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 cooperating and coordinating the bidder’s work with other suppliers;
4l) For construction/works contracts only
Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder’s employees.
4m) You must meet any health and safety requirements placed upon you by law.
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 have the following:
(a) a regularly reviewed documented policy regarding environmental management, authorised by the chief executive, or equivalent;
(b) documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing/preventing significant impacts on the environment;
(c) documented arrangements for providing employees with training and information on environmental issues;
(d) documented arrangements for checking, reviewing and where necessary improving, the bidder’s environmental management performance;
(e) documented arrangements checking, reviewing and where necessary improving, the bidder’s environmental management performance and the environmental impact of this organisation;
(f) procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling, etc.);
(g) documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged.
7 years.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 14640. 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:
Suppliers must identify sub-contractors.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
Tenderers responding to this tender opportunity are requested to adopt the following community benefits approach.
Perth and Kinross Council (PKC) is committed to maximising community benefits. Community Benefits improve the economic, social or environmental wellbeing of the specific local authority area.
To find information about current community requirements in the Perth and Kinross Council area please look at our website.
Based on estimated spend of this contract any successful supplier will be required to meet a minimum number of community benefits points (please see below spend thresholds). If you are successful in the award of this contract and meet the minimum annual spend Threshold you will be required to communicate with the Council’s designated person to finalise the benefits that you are offering.
Perth and Kinross Council will calculate which annual spend thresholds have been met. Suppliers must report delivered community benefits to PKC’s designated person on a regular basis.