Opportunity

Provision of Low Carbon Advisory Services

  • Falkirk Council

F02: Contract notice

Notice reference: 2023/S 000-007138

Published 10 March 2023, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

CPU@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publictendersscotland.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

Provision of Low Carbon Advisory Services

Reference number

PS/185/23

two.1.2) Main CPV code

  • 79411100 - Business development consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

Falkirk Council wishes to contract with a Low Carbon Adviser (LCA) for up to 3 days per week to specifically advise businesses within the Falkirk Council area on their net zero carbon goals by offering professional expert advice on energy efficiencies, decarbonisation, climate change, resource efficiency, renewable energy, circular economy. The duration of the contract shall be from the 15th May 2023 until the 31st March 2025 with the option to extend for up to 18 months until 30th September 2026.

two.1.5) Estimated total value

Value excluding VAT: £248,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79410000 - Business and management consultancy services
  • 79400000 - Business and management consultancy and related services
  • 79411100 - Business development consultancy services
  • 90713000 - Environmental issues consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council area of operations.

two.2.4) Description of the procurement

See available tender documentation.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 80

Price - Weighting: 20

two.2.6) Estimated value

Value excluding VAT: £248,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

15 May 2023

End date

30 September 2026

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

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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

It is a requirement of this tender that the bidder must hold a valid registration with Companies House. Where the bidder is not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading from the address provided in the tender and under the Company name given.

three.1.2) Economic and financial standing

List and brief description of selection criteria

A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract.

Minimum level(s) of standards possibly required

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Employer's (Compulsory) Liability: [10M GBP]

Public Liability: [5M GBP]

Professional Risk Indemnity: [2M GBP]

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

As listed within the tender documentation.

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with a single operator

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

12 April 2023

Local time

11:00am

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: 12 October 2023

four.2.7) Conditions for opening of tenders

Date

12 April 2023

Local time

11:00am


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23685.

See available tender documentation at www.publictendersscotland.publiccontractsscotland.gov.uk/

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23685. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:725498)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court and Justice of the Peace Court

Falkirk Sheriff Court and Justice of the Peace Court, Sheriff Court House, Main Street, Camelon

Falkirk

FK1 4AR

Country

United Kingdom