Construction Tenders

Sat May 18 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 3rd May 2024

Tender Details
Referenceocds-h6vhtk-03c616
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£3,880,000
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 3rd May 2024

Tender Details
Referenceocds-h6vhtk-03c616
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£3,880,000

Section I: Contracting authority

I.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

Email

cpu [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.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

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

https://www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

Housing and community amenities


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Supply and Installation of Shower Trays and associated Bathroom work

Reference number

TCC/021/23B

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

The Council propose to enter into a Framework Agreement for the Supply and Installation of Shower Trays and associated Bathroom work to various locations within the Falkirk Council Area.

The Authority at all times reserves the right to award all, some, part or none of the agreement. It is intended that up to 5 Contractors are to be appointed.

II.1.5) Estimated total value

Value excluding VAT: £3,880,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 44411400 - Shower basins
  • 45332400 - Sanitary fixture installation work

II.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk

II.2.4) Description of the procurement

Supply and Installation of Shower Trays, Doors, Gulley Floors and Associated Bathroom Work, inc Site Survey

Please refer to enclosed ITT documentation and appendices, via Public Contracts Scotland (PCS)

Approximate framework full term Lot Value GBP 3 880 000

II.2.5) Award criteria

Quality criterion - Name: A1 Contract Implementation / Weighting: 4/20

Quality criterion - Name: A2 Demand Management / Weighting: 4/20

Quality criterion - Name: A3 Customer and Complaint Management / Weighting: 4/20

Quality criterion - Name: A4 Electrical Installations / Weighting: 4/20

Quality criterion - Name: A5 Fair Work First / Weighting: 4/20

Price - Weighting: 80

II.2.6) Estimated value

Value excluding VAT: £3,880,000

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

Start date

1 September 2024

End date

31 August 2028

This contract is subject to renewal

Yes

Description of renewals

Term 1st September 2024 to 30th September 2027 (with option for further extension up to 31 August 2028).

The contract may be extended beyond the Initial Term of 30/09/2027, at the Council's sole discretion, for a period up to 31/08/28 by the Council giving the successful Participant not less than 1 month notice prior to the expiry of the Initial Term.

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.1.1) 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 Qualification Envelope (SPD):

Bidders will be required to state the annual turnover of the bidding entity for the last 3 years.

Where turnover information is not available for the time period requested, the bidder will be required to state the date on which they were set up / started trading.

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 give satisfactory assurances to the Council regarding financial risk in appointing the bidder to the proposed Framework.

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 Qualification Envelope (SPD within PCS):

Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP.

Product and Public Liability Insurance = 5 000 000 GBP.

Professional Indemnity Insurance = 2 000 000 GBP.

Bidders who do not meet the criteria above may be excluded from further participation in this procurement exercise.

III.1.3) Technical and professional ability

List and brief description of selection criteria

The Participant / Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001:2018 (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. As outlined in PCS Qualification Envelope (SPD) section 1.74.1

OR

The Participant / Bidder must provide responses in relation to 4D.1.4 A through to K in the document SPD (Scotland) Standard Statements

Minimum level(s) of standards possibly required

Any recorded fail shall result in your submission being non compliant and excluded from the process.

For details of any relevant weighted scoring methodology elements for online SPD PCS module Section / Part 4D, and for ITT Award Criteria, including how each individual element is scored, please refer to Scoring of Submissions, scorecard system within ITT documentation.

Exclusion: 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. Please refer the ITT and related documentation on PCS.

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.1.3) 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.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-012704

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

10 June 2024

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

10 June 2024

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: April 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

Where required, scoring of Selection Criteria, including but not limited to Quality Assurance Schemes (SPD 4D) as outlined in the Qualification Envelope (SPD) on PCS, will be evaluated using the scorecard system detailed in the ITT document (Scoring of submissions).

Bidders in so far as they are known, are requested to list the details of any subcontractors they propose to use.

Bidders are advised to allow adequate time to submit their electronic response well in advance of the closing time to avoid any last minute problems.

Please ensure you give sufficient time to attach all required documentation for your submitted response, via Public Contracts Scotland in advance of deadline. We will not be able to accept any submissions after this deadline.

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=759430.

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:

All Contractors on the Framework will be required to provide a period of six weeks paid work experience when the cumulative level of spend detailed below is reached:

1st Opportunity: cumulative spend exceeds GBP 100 000

2nd Opportunity: cumulative spend exceeds GBP 300 000

In addition, all Contractors on the Framework will be required to provide the following employed status training opportunities (e.g., modern apprenticeships) when the cumulative level of spend detailed below is reached:

1st Opportunity: cumulative spend exceeds GBP 1M

2nd Opportunity: cumulative spend exceeds GBP 2M

Please refer to ITT document, Schedule 6 for full details of Community Benefits

(SC Ref:759430)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=759430

VI.4) Procedures for review

VI.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace Court

Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

Country

United Kingdom

Internet address

http://www.falkirk.gov.uk