Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
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
Insurance Inspections & Thorough Examinations 2021 - 2024
Reference number
PKC11252
two.1.2) Main CPV code
- 66000000 - Financial and insurance services
two.1.3) Type of contract
Services
two.1.4) Short description
Tender for competent supplier to undertake insurance inspections relating to; LOLER, PSSR 2000, LEV'S and PUWER
two.1.5) Estimated total value
Value excluding VAT: £490,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 66000000 - Financial and insurance services
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
Perth and Kinross Council are seeking to appoint suitably qualified and experienced Supplier to carry out insurance checks and thorough examinations in accordance with HSE legislation in public buildings.
The regulations that specifically apply to this contract are;
- The Lifting Operations and Lifting Equipment Regulations 1998 (LOLER)
- The Pressure Systems Safety Regulations 2000 (PSSR)
- Provision and Use of Work Equipment Regulations 1998 (PUWER)
- Control of Substances Hazardous to Health 2002 (COSHH)
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60%
Price - Weighting: 40%
two.2.6) Estimated value
Value excluding VAT: £490,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option of extending (either singly or in phases) for a further period (or periods) of up to 48 months
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
4B.4 Bidders will be required to state the values for the following for the last two financial years:
1. Current Ratio (Current Assets divided by Current Liabilities)
2. Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below:
Minimum level(s) of standards possibly required
4B.4
The acceptable range is:
1. Current Ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
2. Net Assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
The Council will download a Dun & Bradstreet Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as ‘High’ or ‘Severe’. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as ‘Moderate – High’ or ‘Moderate’ to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer.
4B.5.1
Employer’s Liability Insurance in the sum of 10,000,000 GBP for each and every claim.
Public Liability Insurance in the sum of 5,000,000 GBP for each and every claim.
Professional Indemnity Insurance in the sum of 2,000,000 GBP in the aggregate of one automatic reinstatement of this sum permitted within the policy terms.
All Machinery (Plant & Equipment) Insurance:
Sudden & Unforseen Explosion – limit of liability 500,000 GBP
Own Surrounding Property – limit of liability 2,000,000 GNP
Insurer’s must have a credit rating of at least or above: A – Standard & Poors or equivalent
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2
Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable service within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to this contract that the bidder is tendering for and include 3 examples.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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
5 March 2021
Local time
12:00pm
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: February 2028
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 38243. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Tenderers responding to this tender opportunity are requested to adopt the following community benefits approach.
Perth & Kinross Council (PKC) is committed to maximising community benefits. Community Benefits improve the economic, social or environmental wellbeing of the specific local authority area.
To find information about current community requirements in the Perth and Kinross Council area please look at our website.
Based on estimated spend of this contract any successful supplier will be required to meet a minimum number of Community Benefits points (please see below spend thresholds). If you are successful in the award of this contract and meet the minimum Annual Spend Threshold you will be required to communicate with the Council’s designated person to finalise the benefits that you are offering.
Perth & Kinross Council will calculate which Annual Spend Thresholds have been met. Suppliers must report delivered Community Benefits to PKC’s designated person on a regular basis.
(SC Ref:642903)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
PH2 8NL
Telephone
+44 1738620546
Country
United Kingdom