Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-046983
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd May 2024

Tender Details
Referenceocds-h6vhtk-046983
Common Procurement VocabularyRepair and maintenance services of building installations
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

Dundee City Council

Dundee House, 50 North Lindsay Street

Dundee

DD1 1NZ

Contact

Wendy Hall

Email

wendy.hall [at] dundeecity.gov.uk

Telephone

+44 1382433745

Country

United Kingdom

NUTS code

UKM71 - Angus and Dundee City

Internet address(es)

Main address

www.dundeecity.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220

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

https://www.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://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

Service and Maintenance of Roller Sutter Doors

Reference number

DCC/CD/32/24

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

This procurement process is for the Contract for the Service and Maintenance Roller Shutter Doors. This is a 3-year contract with the option to extend for 1 years then a further 1 year totalling 5 years if extension option is utilised. This will be from 2024 – 2027 for 3-year initial contract ending in 2029 if extension options are utilised.

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations
  • 50711000 - Repair and maintenance services of electrical building installations

II.2.3) Place of performance

NUTS codes
  • UKM71 - Angus and Dundee City
Main site or place of performance

Dundee City

II.2.4) Description of the procurement

The works shall comprise the Inspection, Testing, Certification, written reporting and subsequent servicing and maintenance of the Roller Shutter Doors and associated equipment at various Dundee City Council properties, along with minor and urgent repair works which may have not been foreseen. Dundee City Council are not obligated to accept any quotations in relation to repair and/or replacement works and reserve the right to adopt alternative procurement processes. This work shall be carried out to the requirements and recommendations set out in current applicable British Standards, European Standards and all statutory requirements.

The works shall include and take into consideration the following:

The annual routine servicing of electrically and manually operated Roller Shutter Doors together with urgent repair works ordered during the period of the contract.

Visual inspection of cable and check integrity of electrical connections only. Confirm earth continuity to the doors.

II.2.5) Award criteria

Quality criterion - Name: Resourcing of Requirements – Staffing / Weighting: 10

Quality criterion - Name: Resourcing of Requirements – Development / Weighting: 10

Quality criterion - Name: Continuous Improvement – Customer Care / Weighting: 4

Quality criterion - Name: Continuous Improvement – Feedback / Weighting: 4

Quality criterion - Name: Resourcing of Requirements- Documentation and Timescales / Weighting: 4

Quality criterion - Name: Resourcing of Requirements - Disruption / Weighting: 5

Quality criterion - Name: Resourcing of Requirements – Emergency call out / Weighting: 10

Quality criterion - Name: Resourcing of Requirements – Programme of Works / Weighting: 10

Quality criterion - Name: Community Benefits Qu 1 / Weighting: 1

Quality criterion - Name: Community Benefits Qu 2 / Weighting: 0.5

Quality criterion - Name: Fair Work First / Weighting: 1.5

Quality criterion - Name: Compliance with Specification of Requirements / Weighting: PASS/FAIL

Quality criterion - Name: CDM Construction, Design and Management Regulations 2015 / Weighting: PASS/FAIL

Quality criterion - Name: Duty of Care, Health and Safety & Risk Management / Weighting: PASS/FAIL

Quality criterion - Name: Site Specific Risk Assessment and Method Statement / Weighting: PASS/FAIL

Quality criterion - Name: Health and Safety / Weighting: PASS/FAIL

Quality criterion - Name: Resourcing / Weighting: PASS/FAIL

Quality criterion - Name: Environment / Weighting: PASS/FAIL

Quality criterion - Name: Fair Tax Declaration / Weighting: PASS/FAIL

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

OPTION OF 2 1 YEAR EXTENSIONS

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

Bidders are required to be a member of the Door and Hardware Federation, or an equivalent body approved by Dundee City Council. Failure to have membership with the Door and Hardware Federation of equivalent may lead to exclusion from the procurement process.


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

Bidders are required to be a member of the Door and Hardware Federation, or an equivalent body approved by Dundee City Council. Failure to have membership with the Door and Hardware Federation of equivalent may lead to exclusion from the procurement process.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Equifax Score Check

Minimum level(s) of standards possibly required

The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.

It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.

Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.

As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence:

A business plan for a minimum 3-year trading period setting out projected annual average turnover;

audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and

letter of support for the bidder’s bank setting out the level of financial support available to the business from the bank and for how long that is available.

A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/07/2024 – 31/06/2027, was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged.

All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference.

Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee.

Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above.

Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above. The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

24 June 2024

Local time

12:00pm

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

Tender must be valid until: 25 October 2024

IV.2.7) Conditions for opening of tenders

Date

24 June 2024

Local time

12:00pm

Place

Dundee City Council

Information about authorised persons and opening procedure

Procurement Category Officer


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: this will be re-tendered in 5 years if extension options are utilised.

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

Bidders are required to be a member of the Door and Hardware Federation, or an equivalent body approved by Dundee City Council. Failure to have membership with the Door and Hardware Federation of equivalent may lead to exclusion from the procurement process.

Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:

1a. Professional Risk Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5,000,000 GPB in respect of each and every claim.

1b. Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and

2. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.

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=767218.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

2 community benefits will be required across the lifetime of the contract. The type of benefit is detailed in the tender documents.

(SC Ref:767218)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=767218

VI.4) Procedures for review

VI.4.1) Review body

Dundee Sheriff Court & Justice of the Peace Court

6 West Bell Street

Dundee

DD19AD

Email

dundee [at] scotcourts.gov.uk

Telephone

+44 1382229961

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Scottish Courts Service

Saughton House, Broomhouse Drive

Edinburgh

EH113XP

Email

enquiries [at] scotscourts.gov.uk

Telephone

+44 1314443300

Country

United Kingdom