Opportunity

Electrical Installation, Testing and PV Installation, Various Locations throughout Fife including all associated works

  • Fife Council

F02: Contract notice

Notice reference: 2023/S 000-006271

Published 3 March 2023, 11:24am



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

Contact

Graham Hill

Email

graham.hill@fife.gov.uk

Telephone

+44 3451550000

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

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

Internet address

http://www.fifedirect.org.uk