Opportunity

Single Building Assessment(s) for Fire Safety in Scotland

  • Scottish Government

F02: Contract notice

Notice reference: 2023/S 000-001697

Published 19 January 2023, 2:12pm



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

4 Atlantic Quay, 70 York St

Glasgow

G2 8EA

Contact

Maxine Mullen

Email

maxine.mullen@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

National registration number

Scottish Government Procurement

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Single Building Assessment(s) for Fire Safety in Scotland

Reference number

CASE/632370

two.1.2) Main CPV code

  • 71315300 - Building surveying services

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government have made a commitment from March 2021 to provide support where risks, due to unsafe cladding systems on external walls have been identified. The Single Building Assessment (SBA) programme has been introduced to carry out fully funded safety assessments to determine private residential multi-occupancy buildings with a fire safety risk. The assessment will produce a report that will identify the extent of risk and recommendations for any repairs needed to make buildings safer.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71315300 - Building surveying services
  • 79311000 - Survey services
  • 44212310 - Scaffolding
  • 44212315 - Equipment for scaffolding
  • 44212317 - Scaffolding structures
  • 71251000 - Architectural and building-surveying services
  • 45262100 - Scaffolding work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

Scottish Government are looking to establish a Dynamic Purchasing System to host a bank of appropriately qualified suppliers to provide Single Building Assessments (SBAs) on private residential multi-occupancy buildings.

These assessments will require on-site surveying and intrusive material sampling (where required) to provide and assess risk due to unsafe cladding systems on external walls. The single building assessment also requires a holistic fire safety risk assessment to be carried out on the entire building. As an output a report will be produced that assesses the level of risk posed (if any identified) and will provide suggested recommendations for any remediation works needed to make the building safer and in line with current building standards in Scotland. .

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40% - 80%

Price - Weighting: 20% - 60%

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

January 2028

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Insurance Liabilities will be taken on a risk based approach for each contract call-off under the DPS.

The potential types of insurance that maybe required are indicated below:

Employer’s (Compulsory) Liability Insurance

Public Liability Insurance

Professional Indemnity Insurance

Financial Assessment will be taken on a risk based approach for each contract call-off under the DPS.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-033924

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

Date

18 January 2028

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

18 January 2028

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 60 (from the date stated for receipt of tender)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

**Please note within the Qualification Envelope of PCS-T we will request information on Supply Chain Management/Prompt Payment tenderers must submit responses to this question contained in the SPD (Scotland) under section 1.73 (Qualification Envelope in PCS-T). A ‘Pass/Fail’ score will be awarded to the Supply Chain Management/Prompt Payment question (unless it is stipulated as NON-Applicable as they do not operate supply chain as part of their delivery. Only tenders that achieve a ‘Pass’ or stipulate as Non-Applicable) for this section in the SPD (Scotland) will proceed to having rest of their qualification submission evaluated.

Also as part of the qualification envelope (PCS_T) you will be required to answer question 1.72 for Fair Work First. Your responses are required for information purposes only and are not part of the selection criteria.

The system for establishing and on-boarding suppliers to the Single Building Assessment(s) for Fire Safety in Scotland DPS will operate fully electronically using the PCS-Tender system

Project Code 23090.

Organisations who use the DPS for call-offs will issue them electronically. Many organisations use PCS-Tender, however for those

organisations who do not use PCS-Tender, alternative electronic routes may also be used and are acceptable.

All participants awarded a place the DPS will be invited to all contract opportunities within the DPS.

The Dynamic Purchasing System will be available for use by the Scottish Ministers (including Agencies)

Suppliers will be required to have or obtain prior to applying for any call off contract through this DPS the following:.

RICS surveyors who have passed the EWS1 training model for buildings over 11 Metres + or equivalent

Chartered Fire Engineers with the IFE (or other appropriate organisation) for buildings over 18 Metres+ or equivalent

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 23090. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Will be considered at Call Off Stage

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Will be considered at Call Off Stage

(SC Ref:716549)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Sheriff Court House, 27 Chambers Street

Edinbuegh

EH1 1LB

Country

United Kingdom