Section one: Contracting authority
one.1) Name and addresses
River Clyde Homes
Clyde View, 22 Pottery Street
Greenock
PA15 2UZ
procurement@riverclydehomes.org.uk
Telephone
+44 8000132196
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12102
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.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.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kitchen Supply
Reference number
HFS015
two.1.2) Main CPV code
- 39141400 - Fitted kitchens
two.1.3) Type of contract
Supplies
two.1.4) Short description
Home Fix Scotland are seeking to appoint a highly competent and experienced company to supply and deliver kitchen units and accessories for use in properties based in the Inverclyde area.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45421151 - Installation of fitted kitchens
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Inverclyde
two.2.4) Description of the procurement
Home Fix Scotland are seeking to appoint a highly competent and experienced company to supply and deliver kitchen units and accessories, for use in properties based in the Inverclyde area.
Bidders require to provide a contemporary range of kitchen units which are both aesthetically pleasing and suitable for use in social housing. We also require a Survey / Design Service as part of the contract.
As well of supplying whole kitchens, the preferred bidder will require to hold a stock of all proposed kitchen components to enable HFS to undertake any required repair or maintenance to kitchens which may arise during the contract period and beyond.
two.2.5) Award criteria
Quality criterion - Name: Kitchen Range / Weighting: 15.00%
Quality criterion - Name: Contract Management / Weighting: 15.00%
Quality criterion - Name: Community Benefits / Weighting: 5.00%
Quality criterion - Name: Fair Work Practices / Weighting: 5.00%
Quality criterion - Name: Data Protection Checklist / Weighting: Pass/ Fail
Price - Weighting: 60.00%
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
The contract will run for an initial 2-year period. RCH may wish, at its sole discretion, to extend any resultant agreement for a further 2, 12 month periods subject to the agreement of the successful bidder.
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
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.
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
List and brief description of selection criteria:
SPD Question 4B.5.1
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers Liability Insurance = 5m GBP
4B.5.2
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Public Liability Insurance = 5m GBP
4B.6
The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies that are deemed to be financially stable, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided in the SPD.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1.2
Bidders require to provide three examples of the successful delivery of contracts that are close in nature and scope to HFS’s requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was, and how they have performed within the contract.
Bidders will also be required to provide written references from two of the three clients listed with their tender response. The references should provide a summary of the works undertaken and indicate the clients own satisfaction levels with the quality of service they received. (Pass/Fail)
4C.6.1
Bidders are required to provide details of the relevant experience and educational and professional qualifications held by your managerial staff (Pass/Fail)
4C.10
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders should remember if they are sub-contracting any of the core services, then their sub-contractor require to also complete and submit an SPD. (Info only)
Minimum level(s) of standards possibly required
4D.1
Bidders require to confirm whether they are able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001. Or 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 that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
And
Bidders require to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 45001 / 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. (Where the preferred bidder does not hold the above accreditation, they will require to satisfy River Clyde Homes' Internal Health & Safety Team of their competence through other means prior to any contract award.)
And
Bidders require to confirm whether they are able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance wit BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.
And
Bidders are required to confirm whether they will be able to provide written certification that proves that their Kitchen Units & Components meet the technical specification and standards required. These are detailed in Section 3 of the Tender Document.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contract will be subject to formal Key Performance Indicators, which are detailed within the attached tender document.
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
18 April 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
18 April 2022
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: March 2026
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
Tenders must be submitted electronically via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the post box will not be considered. Any questions in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.
Tenderers should ensure they read the guidance provided in the tender document, and in the 'SPD Guidance Document' attached to the notice, in relation to the completion of the Single Procurement Document (SPD).
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=687024.
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.
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:
Bidders are required to set out what specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. The response may address but is not limited to, targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. 5.00% of the total tender score will be allocated for this award criterion.
(SC Ref:687024)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Greenock
Country
United Kingdom