Construction Tenders

Thu September 26 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Mar 2024

Tender Details
Referenceocds-h6vhtk-044728
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen procedure
Value£300,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Mar 2024

Tender Details
Referenceocds-h6vhtk-044728
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen 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

Email

Stephen.Gow [at] falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

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