Section one: Contracting authority
one.1) Name and addresses
Dundee and Angus College
Kingsway Campus, Old Glamis Road
Dundee
DD3 8LE
Contact
Amanda Walsh
Telephone
+44 1382834834
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00221
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
https://www.publictendersscotland.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.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Provision of Roof Replacement Works Gardyne Road Campus PE Block and Gymnasium
Reference number
2022/DAC/EST-ITT1
two.1.2) Main CPV code
- 45261420 - Waterproofing work
two.1.3) Type of contract
Works
two.1.4) Short description
The appointed supplier will be required to replace the existing mineral felt roof to be overlaid with new iko mach 2 mineral capping sheet or equal, and approved, including existing gutters and parapets.
two.1.5) Estimated total value
Value excluding VAT: £50,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45261420 - Waterproofing work
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Gardyne Campus
Gardyne Road,
Dundee
DD5 1NY
two.2.4) Description of the procurement
The appointed supplier will be required to replace the existing mineral felt roof to be overlaid with new iko mach 2 mineral capping sheet or equal, and approved, including existing gutters and parapets.
Tenderers will be selected on the basis of the Qualification Envelope responses and any supplementary information obtained as to its eligibility to tender:
-Information concerning the tenderer
-Information about the tenderer
-Information about representatives of the tenderer
-Information about the reliance on the capacities of the other entities
-Information concerning subcontractors on whose capacity the tenderer utilise
-Exclusion Grounds
Tenderers (Economic Operators) may be excluded from this competition if they are in any of the situations referred within Part 3, Sections A, B, C and D of the Qualification Envelope. In accordance with Regulation 58 of the Public Contracts (Scotland) regulations 2015 and Regulation 8, 9 and 10 of the Procurement (Scotland) Regulations 2016.
-Selection Criteria
The Tenderer will be assessed on the responses within Part 4, Section A, B, C and D of the Qualification Envelope and any supplementary information obtained on whether it has met the satisfactory minimum standards of: (the following selection criteria will be assessed on a pass or fail basis)
-Financial Status
It is a requirement of this contract to provide details of your yearly turnover for the last three financial years – 2020/21, 2019/20 and 2018/19 The annual turnover must not be lower than 50% of the overall contract value.
-Insurance
It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
-Employer’s (Compulsory) Liability Insurance = 10 million GBP,
-Public Liability Insurance = 5 million GBP
-Technical or Professional Ability
Tenderer are to provide three relevant examples of services carried out during the last 3 years. The information you provide should cover the
following areas -
- a description of the goods works or services delivered
- contract value & dates.
- previous or current customer details
Note: The SPD states five years, however, please note only three years are required to be demonstrated.
Tenderers are required to demonstrate that they have they have appropriate human resources available to deliver the requirements of the contract - A minimum of four roofing operatives are required to deliver this contract.
Tenderers will be required to confirm their average annual manpower for the last three years.
Tenderers will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements of this contract - As a flat roof, edge protection will be required throughout the duration of the contract with scaffolding or a suitable substitute for access to the roof.
4C.10 Sub Contacting
Tenderers are required to provide details of the proportion (i.e percentage) of contract that is intended for subcontracts.
4D.2
-Environmental Management Systems or Standard
Tenderers must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
-Health and Safety Procedures
Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent)
two.2.5) Award criteria
Quality criterion - Name: Technical Requirements / Weighting: 57%
Quality criterion - Name: General Requirements / Weighting: 14%
Quality criterion - Name: Contract Administration / Weighting: 29%
Price - Weighting: 65%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
1
This contract is subject to renewal
No
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The appointed contractor is required to demonstrate membership of the National Federation of Roofing Contractors (NFRC) or another equal and approved trade association.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The following KPIs will apply to the contract and the performance of the successful bidder will be measured against them:-
-Contract Outcomes - To what extent is the supplier performing in delivering the specific outcomes set within the contract?
-Responsiveness - To what extent does the supplier provide consistently good responses to enquiries and requests, and play an active role in ensuring effective communication channels?
-Safety Compliance - Does the supplier comply with safety performance standards?
-Response Times - To what extent does the Supplier meet the agreed performance levels in relation to Response Times?
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
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 2022
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: 10 June 2022
four.2.7) Conditions for opening of tenders
Date
13 April 2022
Local time
2:00pm
Place
Kingsway Campus Old Glamis Road,
Dundee,
DD3 8LE
Information about authorised persons and opening procedure
The Procurement Manager of Dundee and Angus College will be responsible for Opening the Tenders. PCS-Tender will be utilised for administering the whole tender process, including the receipt of the sealed tenders.
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20896 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:686578)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom