Section one: Contracting authority
one.1) Name and addresses
Fife Council
Bankhead Place, Bankhead Industrial Estate
Glenrothes
KY7 6GH
Contact
Stacy Young
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
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
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
Floorcoverings - Screed, Replacement and Lifting/Relaying, Fife Wide
Reference number
CW0030
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
Fife Council requires a Framework for the supply and installation of floorcoverings, and the lifting and relaying of existing floorcoverings. The objectives of the procurement exercise is to ensure compliance with procurement regulations, provide a quicker route to market and deliver value for public money spent.
two.1.5) Estimated total value
Value excluding VAT: £3,440,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45000000 - Construction work
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fifewide
two.2.4) Description of the procurement
Fife Council requires a Framework for the supply and installation of floorcoverings, and the lifting and relaying of existing floorcoverings. The objectives of the procurement exercise is to ensure compliance with procurement regulations, provide a quicker route to market and deliver value for public money spent. All works will be issued through reactive maintenance orders or fixed price requests.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,440,000
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
two optional 12 month extensions
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
two.2.14) Additional information
5 Candidates will be shortlisted from replies received during stage 1. This will later be reduced to 3 candidates based on Price/Quality.
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
As per tender documents. CSCS and Asbestos Awareness and any trade related accreditations.
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
21 February 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 February 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.
In stage 2 of this procurement exercise, bidders will be asked to provide a community benefits delivery plan/methodology as part of their tender submission.
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=679542.
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:
As per stage 2 documentation.
(SC Ref:679542)
six.4) Procedures for review
six.4.1) Review body
Kirkcaldy Sherriff Court
Whytescauseway
Kirkcaldy
Country
United Kingdom