Section one: Contracting authority
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Contact
Graham Hill
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, 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
Electrical Installation, Testing and PV Installation, Various Locations throughout Fife including all associated works
Reference number
0124
two.1.2) Main CPV code
- 45310000 - Electrical installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Fife Council requires a Framework for Electrical Installation, Testing and PV installations, various locations throughout Fife including all
associated works
two.1.5) Estimated total value
Value excluding VAT: £26,000,000
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
Fife
two.2.4) Description of the procurement
Fife Council requires a Framework for Electrical Installations, Testing and PV installations, various locations throughout Fife including all
associated works
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £26,000,000
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
One optional 24 month extension
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
Evaluation of SPD returns
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
Dependant on number of SPD responses, it is envisaged that 5 candidates will be shortlisted from replies 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
Your organisation should have a full and regulated membership of NICEIC/Select
People carrying out the works must hold the following where applicable:
CSCS Card - Trade specific
Asbestos awareness Category 3 Certificate
MCS and RECC to cover the PV design and installation
three.1.2) Economic and financial standing
List and brief description of selection criteria
The current ratio will be applied. Tenders are to provide their current assets and current 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.
The bidder is to confirm they have or commit to obtain the relevant cover for Professional Risk Indemnity.
The Bidder is to confirm they have or commit to obtain the relevant cover for Employers Liability Insurance.
The Bidder is to confirm they have or commit to obtain the relevant cover for Public Liability
Minimum level(s) of standards possibly required
Tenders 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. Fife Council may require a parent company guarantee, a performance guarantee bond, a
bank guarantee, and/or an advance payment bond.
Minimum level of cover required Professional Risk Indemnity 2M GBP
Minimum level of cover required Employers Liability Insurance 10M GBP
Minimum level of cover required Public Liability Insurance 5M GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
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
The following educational and professional qualifications are held by the service provider, the contractor itself or its managerial staff.
NOT SCORED
Please provide details of the environmental management measures which the bidder will be able to use when performing the contract.
NOT SCORED
Please provide details of the average annual manpower for the last three years. NOT SCORED
Please provide details of the number of managerial staff for the last three years. NOT SCORED
Minimum level(s) of standards possibly required
Score of 0. Very Poor. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
Score of 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.
Score of 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.
Score of 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.
Score of 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.
three.2) Conditions related to the contract
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-001687
four.2.2) Time limit for receipt of tenders or requests to participate
Date
3 April 2023
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 May 2023
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 invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public
Contracts (Scotland) Regulations 2015.
Please see SPD Part II for full details and disclosure
Bidders to provide list of proposed sub contractors.
The bidders must hold a UKAS or equivalent accredited independent third party certificate of compliance in accordance with
BS EN ISO 19001 or equivalent
The bidder must have the following;
A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that
the bidder has, and continues to implement a quality management policy which includes
Documented procedures for periodically reviewing, correcting and improving quality performance.
A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery
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.
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 our responsibilities for H&S management at all levels within the organisation. The policy must be
relevant to the nature and scale of your operations and set our your company's responsibilities of health and safety management and
compliance with legislation
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=724638.
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:
Tenderers shall provide a Community Benefits delivery plan/ methodology as part of their tender submission, fully describing how they
would intend to: -
Engage with the targeted unemployed persons and demonstrate an understanding of their employment-related needs.
Engage with or provide the employability services required to support the targeted unemployed persons.
Work with their sub-sub-contractors and suppliers who will provide the training placement and employment opportunities.
Ensure that each employed individual has a high-quality experience maximising their chances of gaining and sustaining longer term future
employment, describing the likely various stages of involvement and support to be given.
(SC Ref:724638)
six.4) Procedures for review
six.4.1) Review body
Kirkcaldy Sheriff Court
Whytescausway
Kirkcaldy
Country
United Kingdom