Tender

Framework for Bathroom/Shower Room Replacement for Domestic Properties throughout Fife

  • Fife Council Building Services

F02: Contract notice

Notice identifier: 2022/S 000-001833

Procurement identifier (OCID): ocds-h6vhtk-030dc2

Published 21 January 2022, 11:55am



Section one: Contracting authority

one.1) Name and addresses

Fife Council Building Services

Fife House, North Street

Fife

KY1 1DL

Contact

susan rodigan

Email

susan.rodigan@fife.gov.uk

Telephone

+44 3451555555

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

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

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

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Framework for Bathroom/Shower Room Replacement for Domestic Properties throughout Fife

Reference number

CW00077

two.1.2) Main CPV code

  • 45211310 - Bathrooms construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Replacement Bathrooms/Showers to domestic properties throughout Fife including reactive maintenance.

two.1.5) Estimated total value

Value excluding VAT: £10,400,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Throughout Fife

two.2.4) Description of the procurement

Replacement Bathrooms/Shower Rooms in domestic properties, including reactive maintenance.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £10,400,000

two.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 2 year extension

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Your organisation shall have a full and regulated membership of Select/NICEIC and Gas Safe.

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.4 The current ratio will be applied. Tenderers are to provide their current assets and liabilities in relation to their audited published accounts for the last two years and to divide the current assets by the current liabilities figure. If a company does not have 2 years of audited published accounts an explanation should be given.

4B.5(1b) The bidder is to confirm they have or commit to obtain the relevant cover for Employers Liability Insurance.

4B.5(2) The bidder is to confirm they have or commit to obtain the relevant cover for Public Liability.

Minimum level(s) of standards possibly required

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 using a tool such as Creditsafe and a qualitative judgement shall be made as to the financial capacity of the tenderer.

4B.5(1b) Minimum level of cover required Employers Liability Insurance 10.0M GBP.

4B.5(2) Minimum level of cover required Public Liability Insurance 5M GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1 Bidders are to provide examples that demonstrate that they have the relevant experience to deliver the works. Bidders are to provide full details of the projects including, project description, price, dates, customer/client, etc. Bidders are to provide 3 examples of works contracts similar to the contract requirement. Please provide 500 words for each example. SCORED.

4C.6 The following educational and professional qualifications are held by the service provider, the contractor itself or it's managerial staff. NOT SCORED.

4C.7 Please provide details of the environmental management measures which the bidder will be able to use when performing the contract. NOT SCORED.

4C.8.1 Please provide details of the average annual manpower for the last three years. NOT SCORED.

4C.8.2 Please provide details of the number of managerial staff for the last three years. NOT SCORED.

Minimum level(s) of standards possibly required

0 - Very Poor – nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 - Poor – response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 - Acceptable – response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 - Good – response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 - Excellent – response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

4C.1 100% weighting

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

As per Tender Docs

three.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 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 establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 3

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

Date

23 February 2022

Local time

12:00pm

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

4 March 2022

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: 6 (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 payment will be used

six.3) Additional information

The bidders must hold a UKAS or equivalent accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 or equivalent.

The bidder must have the following;

A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has, and continues to implement a quality management policy which includes:

a) Documented procedures for periodically reviewing, correcting and improving quality performance.

b) A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery.

c) Documented arrangements for providing the bidders workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid.

d) A documented process demonstrating how the bidder deals with complaints, Health and Safety Procedures.

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 18001 (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 or the bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the chief Executive Officer or equivalent.

The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of our operations and set out your company's responsibilities of health and safety management and compliance and legislation.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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=680403.

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:

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:

As per stage 2 documentation.

(SC Ref:680403)

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sherriff Court

Whytescauseway

kirkcaldy

Country

United Kingdom