Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 14th Jun 2024

Tender Details
Referenceocds-h6vhtk-047027
Common Procurement VocabularyHeating engineering services for buildings
Procurement MethodOpen procedure
Value£700,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 14th Jun 2024

Tender Details
Referenceocds-h6vhtk-047027
Common Procurement VocabularyHeating engineering services for buildings
Procurement MethodOpen procedure
Value£700,000

Section I: Contracting authority

I.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Kevin Milliken

Email

kevin.milliken [at] renfrewshire.gov.uk

Telephone

+44 3003000300

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted to the above-mentioned address

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 Maintenance, Servicing and Reactive (Un-Planned) Maintenance to Sheltered Housing Buildings Heating Systems

Reference number

RC-CPU-23-152

II.1.2) Main CPV code

  • 71314310 - Heating engineering services for buildings

II.1.3) Type of contract

Services

II.1.4) Short description

Renfrewshire Council has the requirement to appoint a suitably qualified Contractor to carry out the Planned Preventive Maintenance and Reactive Repairs to the communal heating systems within seven sheltered housing complexes.

II.1.5) Estimated total value

Value excluding VAT: £700,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71314310 - Heating engineering services for buildings

II.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire

II.2.4) Description of the procurement

Renfrewshire Council has the requirement to appoint a suitably qualified Contractor to carry out the Planned Preventative Maintenance and Reactive Repairs to seven sheltered housing complexes communal heating systems.

II.2.5) Award criteria

Quality criterion - Name: Emergency Contingency - Methodology for Hire Plantroom / Weighting: 10

Quality criterion - Name: PPM & Life Cycle Plan for Special Boiler Arrangement / Weighting: 5

Quality criterion - Name: Managing Risk and H&S for Daily Tasks / Weighting: 5

Price - Weighting: 65

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

The Contract Period is 3 years with the Council having the sole option to extend for up to 12 months on two separate occasions to a total contract period of 5 years.

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


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

This Contract will include performance conditions related to fair work first and community benefits. The tender requests community benefits and they will be scored.

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

16 July 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: 13 December 2024

IV.2.7) Conditions for opening of tenders

Date

16 July 2024

Local time

12:00pm

Place

Tender submissions will be opened remotely using an opening committee on PCS-T with two procurement officers.

Information about authorised persons and opening procedure

Tender submissions will be opened remotely using an opening committee on PCS-T with two procurement officers.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Further Notices will be issued before or after any extension periods that 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

The Recommended Tenderer will be required to provide at Request for Documentation stage the following documents:

CPU-056-A S1 Equalities Questionnaire

CPU-057-A S2 Equalities Declaration

CPU-060-A S5 Prompt Payment Certificate

CPU-061-A S6 Waste Carrier

CPU-063-A S9 List of Proposed Sub-Contractors

New Supplier Request Form

Appendix F Data Processor Agreement

Health & Safety Questionnaire and Supporting Documentation

Insurance Certification in the name of the Company

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25203. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

Clause 3.15 if the Conditions of Contract state the Community Benefits requirement as part of this contract. The Community Benefits will be evaluated and are a contractual element of the contract.

(SC Ref:768082)

VI.4) Procedures for review

VI.4.1) Review body

Please refer to VI.4.3 below

UK

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Please refer to VI.4.3 below

UK

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risk suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

VI.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom