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

Planned Preventative and Reactive Maintenance to Public Buildings

  • First published: 07 October 2019
  • Last modified: 07 October 2019

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:
07 October 2019
Deadline date:
11 November 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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

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

Contact person: Lynn McGeorge

Telephone: +44 1738475000

E-mail: LEMcGeorge@pkc.gov.uk

NUTS: UKM77

Internet address(es)

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

Address of the buyer profile: https://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:

www.publictendersscotland.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

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

Planned Preventative and Reactive Maintenance to Public Buildings

Reference number: PKC10857

II.1.2) Main CPV code

50700000

 

II.1.3) Type of contract

Works

II.1.4) Short description

Perth and Kinross Council are seeking to appoint suitably qualified and experienced contractors to carry out planned preventative and reactive maintenance on public buildings.

II.1.5) Estimated total value

Value excluding VAT: 24 850 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum 15 lots

II.2) Description

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.

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:

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.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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:

2019/S 097-233278

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/11/2019

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

Tender must be valid until: 11/02/2020

IV.2.7) Conditions for opening of tenders

Date: 11/11/2019

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:

7 years.

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

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

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

Community benefits

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.

(SC Ref:599601)

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

03/10/2019

Coding

Commodity categories

ID Title Parent category
44163112 Drainage system Pipes and fittings
31625100 Fire-detection systems Burglar and fire alarms
39141500 Fume cupboards Kitchen furniture and equipment
42511110 Heat pumps Heat-exchange units and machinery for liquefying air or other gases
45259300 Heating-plant repair and maintenance work Repair and maintenance of plant
71315410 Inspection of ventilation system Building services
45421000 Joinery work Joinery and carpentry installation work
39221000 Kitchen equipment Kitchen equipment, household and domestic items and catering supplies
50750000 Lift-maintenance services Repair and maintenance services of building installations
50700000 Repair and maintenance services of building installations Repair and maintenance services
50710000 Repair and maintenance services of electrical and mechanical building installations Repair and maintenance services of building installations
50711000 Repair and maintenance services of electrical building installations Repair and maintenance services of electrical and mechanical building installations
50610000 Repair and maintenance services of security equipment Repair and maintenance services of security and defence materials
90733000 Services related to water pollution Pollution tracking and monitoring and rehabilitation
45332200 Water plumbing work Plumbing and drain-laying work

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:
LEMcGeorge@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.