Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 11th Mar 2024
Reference | ocds-h6vhtk-044728 |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Open procedure |
Value | £300,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 11th Mar 2024
Reference | ocds-h6vhtk-044728 |
Common Procurement Vocabulary | Repair and maintenance services of building installations |
Procurement Method | Open procedure |
Value | £300,000 |
Section I: Contracting authority
I.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Larbert
FK5 4RU
Stephen.Gow [at] falkirk.gov.uk
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
I.2) Information about joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
Maintenance of Controlled Door Entry Systems
Reference number
TCC/014/24
II.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
II.1.3) Type of contract
Services
II.1.4) Short description
Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably qualified and experienced contractors to undertake the maintenance of controlled door entry systems including the maintenance of controlled door closing mechanisms to Council properties within the Falkirk Council's area of operations.
II.1.5) Estimated total value
Value excluding VAT: £300,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of operations.
II.2.4) Description of the procurement
Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably qualified and experienced contractors to undertake the maintenance of controlled door entry systems including the maintenance of controlled door closing mechanisms to Council properties within the Falkirk Council's area of operations.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
II.2.6) Estimated value
Value excluding VAT: £300,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 June 2024
End date
31 May 2028
This contract is subject to renewal
No
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House, they must be able to verify to the Council's satisfaction that they are trading from the address provided in the tender and under the Company name given.
III.1.2) Economic and financial standing
List and brief description of selection criteria
The selection criteria is outlined in the online PCS contract notice.
A Creditsafe credit scoring check will be ran on registered Company name and Company number provided by the bidder. Where the resulting credit rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.
Minimum level(s) of standards possibly required
Public Contracts Regulations 2015 state that before awarding the contract, the contracting authority shall require the tenderer(s) to submit up to date supporting documents. This includes the insurance requirements stated in the SPD included in the online PCS contract notice.
Employer's (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 10 Million GBP
Product Liability Insurance = 10 Million GBP
Professional Indemnity Insurance = 5 Million GBP
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 5
IV.1.8) Information about the 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
15 April 2024
Local time
2:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
15 April 2024
Local time
2:00pm
Place
Falkirk.
Information about authorised persons and opening procedure
Tender opening panel comprising Design Officer and Governance personnel.
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: June 2028.
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
1. The Contractor is to undertake all electrical services in accordance with the current IET regulations; include for completion of appropriate or equivalent NICEIC/SELECT certification and shall also include certification appropriate to any remedial services required to BS 7671:2018 18th Edition and any subsequent amendments thereto.
2. All Door Entry Operatives employed by the Contractor to work on Framework agreement must be qualified to IET Wiring Regulations BS 7671:2018 18th Edition and any subsequent amendments thereto. Only those Electricians who have been evidenced to the Authority to hold the required relevant, valid and current qualifications are to be deployed by the successful Contractor.
3. Tenderers will provide relevant, valid and current certificates / qualifications of all operatives proposed to be undertaking Door Entry services, including sub-contractors, to the Authority with their tender bid, demonstrating they are qualified to IET Wiring Regulations BS 7671:2018 18th Edition.
4. Please complete Evidence Summary (Appendix B) to list the provided relevant, valid and current attachments of certification / qualifications, per proposed personnel.
5.Where the evidence does not clearly highlight this information to the satisfaction of the Authority, this evidence shall be deemed non-compliant and rejected, at the sole discretion of the Authority.
6. 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 provide responses in relation to 4D.1.2 A through to G in the in the ESPD(Scotland) Standard Statements v1.10.
7. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS
OHSAS 18001 (or equivalent) or have within the last 12 months successfully met the assessment requirements of a construction — related
scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR provide responses in relation to 4D.1.4a
through to 4l in the ESPD(Scotland) Standard Statements v1.10
8. 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 provide responses in relation to: A through to G in the ESPD(Scotland) Standard Statements v1.10.
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=760487.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
All as set out and described in Annex 6 of the ITT document included within the PSC contract notice.
(SC Ref:760487)
VI.4) Procedures for review
VI.4.1) Review body
Falkirk Sheriff Court
Main Street
Camelon
Country
United Kingdom