Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 12th Nov 2024
Reference | ocds-h6vhtk-04b5e6 |
Common Procurement Vocabulary | Building services consultancy services |
Procurement Method | Restricted procedure |
Value | - |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 12th Nov 2024
Reference | ocds-h6vhtk-04b5e6 |
Common Procurement Vocabulary | Building services consultancy services |
Procurement Method | Restricted procedure |
Value | - |
Section I: Contracting authority
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Contact
Dawn Alice Watson
dawn.watson [at] fife.gov.uk
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
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
Employer Agent Services
Reference number
CW0257
II.1.2) Main CPV code
- 71315210 - Building services consultancy services
II.1.3) Type of contract
Services
II.1.4) Short description
Employer Agent Service
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
II.2.4) Description of the procurement
Employer Agent Service
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Optional Extension of 2 years
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Candidates must complete all of the required sections of the SPD, Question 4C.1.2 contains a scored question which will be used to shortlist candidates.All suppliers that pass the SPD stage, shall be invited to tender (a clear break in scoring shall determine the breakpoint for short-list and in the event of equal scoring, additional suppliers shall be taken through to tender stage)
II.2.10) Information about variants
Variants will be accepted: Yes
II.2.11) Information about options
Options: Yes
Description of options
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015."
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
Provide details of relevant Professional or Trade Registers
Such as
RICS or equivalent
III.1.2) Economic and financial standing
List and brief description of selection criteria
Questions 4B5a 4B5c
Question 4B6
Minimum level(s) of standards possibly required
Questions 4B5a 4B5c Organisations must also have or commit to have the relevant levels of insurance cover before the framework starts or we will exclude you from this procurement.
GBP 10m Employers Liability
GBP 5m Public Liability
GBP 1m Professional Liability Insurance
Evidence of Vehicle Insurance
Please provide supporting documentation
Insurance levels will be reviewed for each individual work package and call off
Question 4B6 We can exclude you from this procurement if, in our opinion, you cannot finance the agreement we intend to award such that there are unreasonable risks, which are more likely than not to occur with a result that is likely to have a significant adverse impact on:
Achieving Fife Council requirements
Quality & sustainability of service
Future health of your organisation
Future health of sub-contractors
A Current Ratio will be applied - Current Assets will be divided by Current Liabilities.
Tenderers are to provide their
Current assets and Current liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why, and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer.
III.1.3) Technical and professional ability
List and brief description of selection criteria
Question 4C.1.2
Question 4C.4
Question 4C6
Question 4C.8.1 4C.8.2
Question 4D1
Minimum level(s) of standards possibly required
Question 4C.1.2 We will evaluate organisation’s experience and capability relative to what we intend to buy, in particular
Supplying the same services
Achieving the same or similar outcomes
Suppliers will be required to provide 3 examples of works carried out in the past 5 years.
Notes of key importance here is the relevance of each if the examples given to the services required.
Details should include
Clients
Value
Full description of the work involved in each scenario.
This is not an exhaustive list.
A maximum word count of 500 words will apply to each example in this question
Scoring key provided in supporting document uploaded
Question 4C.4 Please provide a statement of the relevant supply chain management and /or tracking systems used
If bidders intend to use a supply chain to deliver the requirements detailed, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.
Question 4C6 We can exclude you from this procurement if you don’t hold the following (please provide supporting documentation)
Bidders personnel servicing the contract must have a degree in quantity surveying or commercial management accredited by the RCIS (Or equivalent)
Question 4C.8.1 4C.8.2 We will evaluate your organisation’s annual manpower and managerial staff levels over the last 3 years to ensure adequate resources are in place to support the delivery of this framework agreement. We can exclude you from this procurement if, in our opinion, you cannot resource the agreement we intend to award.
Question 4D1 Organisations must confirm they have in place documented, monitoring and reviewing arrangements (on an ongoing basis) for
Quality Assurance
Health & Safety
Environmental Management
Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis.
Which may include but not limited to
ISO
Or equivalent
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
Restricted 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: 3
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
17 December 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
31 January 2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
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
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=783123.
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:
CBs will be included based on national TOMS and the following outcomes but not limited to these outcomes
Work placements
Jobs Created
Career Information, Advice & Guidance
Training
Local Supply Chain Spend
Volunteering
Donations in Kind
(SC Ref:783123)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=783123
VI.4) Procedures for review
VI.4.1) Review body
Kirkcaldy Sheriff Court
Kirkcaldy
Country
United Kingdom