Construction Tenders

Sun May 19 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 27th Oct 2023

Tender Details
Referenceocds-h6vhtk-040f91
Common Procurement VocabularyCentral-heating installation work
Procurement MethodOpen procedure
Value£3,000,000
More Tenders »

No location provided

Category Works

Type

No. of Lots 1

Status Active

Published 27th Oct 2023

Tender Details
Referenceocds-h6vhtk-040f91
Common Procurement VocabularyCentral-heating installation work
Procurement MethodOpen procedure
Value£3,000,000

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Labert

FK5 4RU

Email

pcu [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

Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at

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

Gas Heating Replacement and Related Gas Services to Council Housing Properties in the Falkirk Area

Reference number

PS/250/24

II.1.2) Main CPV code

  • 45331100 - Central-heating installation work

II.1.3) Type of contract

Works

II.1.4) Short description

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced Gas Safe registered

contractors for the provision of Gas Heating Replacement and Related Gas Services to Council Housing Properties within the Falkirk

Council Area of Operations.

II.1.5) Estimated total value

Value excluding VAT: £3,000,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 50531200 - Gas appliance maintenance services
  • 39721410 - Gas appliances
  • 39721411 - Gas heaters
  • 45333000 - Gas-fitting installation work
  • 50720000 - Repair and maintenance services of central heating

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 experienced Gas Safe registered

contractors for the provision of Gas Heating Replacement and Related Gas Services to Council Housing Properties within the Falkirk

Council Area of Operations.

Key aims is the delivery of individual one-off ad-hoc replacement and upgrade of existing gas central heating installations and gas

appliances to existing dwellings timeously and to the required standard, providing a competitive, reliable and customer-focused service.

The works mainly comprise of: -

- Complete central heating replacement systems on an individual “one off” ad-hoc basis – approx. 200 properties per year.

- Minor replacement works e.g., boiler, fire replacements, removal and reinstate/relocation of radiators, gas meters & associated pipework – approx. 1100 properties per year.

- The complete stripping out on an ad-hoc basis of existing and installation of new gas central heating systems to dwellings.

- Associated builders work including catchment areas, electrical connections etc.

This is a framework agreement to which a maximum of up to 5 contractors will be appointed. In practice The Authority may therefore utilise a number of organisations for provision of the service dependent on price, availability and local circumstances.

II.2.5) Award criteria

Quality criterion - Name: Qualitative / Weighting: 40

Price - Weighting: 60

II.2.6) Estimated value

Value excluding VAT: £3,000,000

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 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

1. All organisations and gas engineers must be registered members of Gas Safe.

2. Contractors, and any proposed sub-Contractors, shall be registered members of of either the National Inspection Council for Electrical Installation Contractors (NICEIC) or Scotland’s Trade Association for the Electrical Industry (SELECT), with all operatives to be BS7671:2018(Amended 2022), 18th Edition trained and up to current standard (including any subsequent amendments).

3. 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

A Credit safe 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

Employer’s (Compulsory) Liability Insurance = 10 Million GBP

Public Liability Insurance = 10 Million GBP

Product Liability Insurance = 10 Million GBP

Motor Insurance = 5 Million GBP

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

As listed within the tender documentation

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.1.3) 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

27 November 2023

Local time

11:00am

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

27 November 2023

Local time

11:00am

Place

Falkirk

Information about authorised persons and opening procedure

Tender Opening Committee comprising Council Procurement Adviser


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: October 2027

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 or any proposed sub-contractor is to undertake all Gas Installations and related Gas Services in accordance with the current Gas Safe Installation and Use regulations 1998,(GSIUR 1998).

2. Any Electrical work undertaken will be carried out in accordance with the current IET regulations; including completion of appropriate or equivalent NICEIC/SELECT certification, and shall also include certification appropriate to any remedial services required to BS7671:2018 (Amended 2022) 18th Edition and any subsequent amendments thereto.

3. Bidders will be required to provide 3 examples from the past 5 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.

4. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

5. 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 additional supportive information as detailed within Document 3 "PS 250 24 SPD (Scotland)

Standardised Statements".

6. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO

45001:2018 (or equivalent) or provide additional supportive information as detailed within Document 3 "PS 250 24 SPD (Scotland)

Standardised Statements".

7. 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 additional supportive information as detailed within Document 3 "PS 250 24 (Scotland) Standardised Statements".

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=746986.

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:

(a) Contractor Ranked No. 1 following evaluation will be required to provide one Modern Apprenticeship (MA), or equivalent, within four months from award of the contract who is obtained from a source agreed by the Council. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start. The MA placement can be across a range of disciplines to be determined by the successful Provider.

(b) All other Contractors on the Framework whose cumulative level of spend is greater than 200k GBP during the term of the agreement will be required to provide at least twelve (No. 12) weeks of paid work experience. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.

(SC Ref:746986)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=746986

VI.4) Procedures for review

VI.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace

Sheriff Court House Main Street Camelon

Falkirk

FK1 4AR

Country

United Kingdom