Opportunity

Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems).

  • Renfrewshire Council

F02: Contract notice

Notice reference: 2021/S 000-004615

Published 8 March 2021, 2:56pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

douglas.mcewan@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictenderscotlands.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictenderscotlands.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

Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems).

Reference number

RC-CPU-19-355

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is seeking to employ a suitably experienced Contractor to carry out a contract for the Statutory Compliance and Reactive Repairs to various types and manufacture of Powered Pedestrian Access Doors throughout the Councils estate. The contract also includes for reactive maintenance and repairs to Door Entry Access Systems (video and audio) and Access Control Systems (card/fob readers, access keypads).

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

The geographical area of Renfrewshire Council.

two.2.4) Description of the procurement

To carry out;

~ Statutory Inspection and Maintenance of Powered Pedestrian Access Doors.

~ Reactive Repairs to Powered Pedestrian Access Doors.

~ Reactive Repairs to Access Control Systems.

~ Reactive Repairs to Door Entry Systems.

two.2.5) Award criteria

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 6

Quality criterion - Name: Community Benefit Methodology / Weighting: 4

Quality criterion - Name: Methodology and Approach to providing the required services / Weighting: 15

Price - Weighting: 70

two.2.6) Estimated value

Value excluding VAT: £700,000

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

The Council will have, at its sole discretion, the option to extend the contract for additional periods up to a maximum contract period of 5 years (the length of any extension period awarded will be determined by the Council).

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

The anticipated annual value of this contract is estimated to be in the region of GBP140,000.00.


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

Bidders will be required to state if any of the exclusion grounds as detailed within Regulation 58 (1) of The Public Contracts (Scotland) Regulations 2015 apply to them.

If required by the Bidder’s country of establishment, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (in the United Kingdom, the bidder is a company registered with the Registrar of Companies and can provide a certificate stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name).

Bidders will be required to state if it is a requirement in the Bidder’s country of establishment to hold a particular authorisation or membership of a particular organisation in order to be able to perform the service in question. Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service and also must confirm if they hold the particular authorisation or memberships.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum “general” yearly turnover of GBP280,000.00 for the last 3 years. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading. Where a Bidder fails to meet the minimum financial turnover requirements in its own right but is a subsidiary of a group, the bidder must state if they are relying on a parent company guarantee (the parent company must meet the stipulated minimum financial requirements). The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is applying as part of a consortium the collective annual turnover of all consortium members will be utilised in the overall assessment of annual turnover.

Bidders will require to evidence the equivalent of a Dun and Bradstreet Failure Score of 20 or above. If a Bidder considers that the D&B Failure Score does not reflect their current financial status, the Bidder should give a detailed explanation and will be required to provide any relevant supporting independent evidence at request for documentation stage. Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company guarantee will be required. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed.

Bidders must hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance - statutory minimum GBP5m each and every claim.

Public and Product Liability Insurance - minimum GBP5m each and every claim but in the aggregate for products.

Professional Indemnity Insurance - minimum GBP1m in the annual aggregate.

Statutory Third Party Motor Vehicle Insurance.

Minimum level(s) of standards possibly required

Bidders must have;

~ a minimum “general” yearly turnover of GBP280,000.00 for the last 3 years.

~ a minimum Dun and Bradstreet Failure Score of 20 or other equivalent credit rating.

~ Employer’s (Compulsory) Liability Insurance with a minimum indemnity limit of GBP5m each and every claim.

~ Public and Product Liability Insurance with a minimum indemnity limit of GBP5m each and every claim but in the aggregate for products.

~ Professional Indemnity Insurance with a minimum indemnity limit of GBP1m in the annual aggregate.

~ Statutory Third Party Motor Vehicle Insurance.

three.1.3) Technical and professional ability

List and brief description of selection criteria

In order for the Council to assess the suitability of the Bidder to carry out the works/services required under this contract, the Bidder is required to provide the following information (it will be at the Councils sole discretion as to whether the information provide by the Bidder is acceptable as evidence of the Bidders suitability to carry out the works/services);

~ 3 examples that demonstrate that they have the relevant experience to deliver the works/services required under this contract.

~ Details of the experience, training and any related certification of the Engineers to be employed in relation to the execution of this Contract.

~ Details of membership of any related industry bodies such as the Automatic Door Supplier Association or Automatic Door Installers Association or equivalent organisations.

Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the works/services required under this contract.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to the contract, where they fail to meet the Council's minimum financial criteria).

Bidders must have Health and Safety accreditation to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management, endorsed by the Chief Executive Officer or equivalent.

Bidders must have Quality Management accreditation to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management, endorsed by the Chief Executive Officer or equivalent.

Bidders must have Environmental Management accreditation to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management, endorsed by the Chief Executive Officer or equivalent.

Minimum level(s) of standards possibly required

Bidders must have previous relevant experience.

Bidders must have the appropriate number of employees to successfully deliver this contract.

Bidders must have the appropriate tools, plant and equipment to successfully deliver this contract.

Bidders must state if they intend to subcontract any portion of this contract.

Bidders must be accredited to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management.

Bidders must be accredited to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management.

Bidders must be accredited to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management.


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

13 April 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

Tender must be valid until: 11 October 2021

four.2.7) Conditions for opening of tenders

Date

13 April 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: Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

six.3) Additional information

The Contracting authority requires the bidder to complete and submit, WITH THEIR TENDER RESPONSE the following documents;

~ The completed Pricing Document referenced as "Pricing Schedule - Powered Pedestrian Doors Maintenance Contract (RC-CPU-19-355)";

~ Tender Declaration Page (Supplementary document S7);

~ Tender Compliance Certificate (Supplementary document S3).

The Pricing Document can be found within a folder entitled "Contract Documents" and the Tender Declaration Page (referenced as S7) and Tender Compliance Certificate (referenced as S3) can be found within a folder entitled "Supplementary Documents". Both of these folders are attached within the General Attachment Area of the eTender.

The Contracting authority may also require the bidder to complete and submit, at “REQUEST FOR DOCUMENTATION STAGE”, the following Supplementary documents (S Docs);

~ S1 - Equalities Questionnaire

~ S2 - Equalities Declaration

~ S4 - No Collusion Certificate

~ S5 - Prompt Payment Certificate (if subcontractors are to be used)

~ S8 - Project Manager Form

~ S9 - Health and Safety Questionnaire

The above mentioned documents are provided with the tender documents and can be located within a folder entitled “Supplementary Documents” uploaded into the General Attachment Area of the eTender.

Within the Technical Envelope of the etender, tenderers are requested to provide information in relation to their organisation and workforce. It should be noted that the detail requested in this section is for information only and will not form part of the award criteria and therefore has a “0” weighting.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18005. 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:

Bidders must refer to the Councils Community Benefit Outcome Menu and state which Community Benefits they will deliver during the initial 3 year contract period. Each community benefit has been allocated a points value. The total points value of the Community Benefits offered will be benchmarked and scored against the Councils expectation as detailed within the Invitation To Tender document (in this instance the Councils expectation is that Community Benefits to the value of 30 points will be deliver over the initial 3 year contract period).

Bidders must also provide a Community Benefit Supporting Methodology Statement that describes the approach that will be undertaken to ensure the delivery of the community benefits offered.

(SC Ref:646462)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom