Section one: Contracting authority
one.1) Name and addresses
Fife Council
Bankhead Central, Bankhead Park
Glenrothes
KY7 6GH
Contact
Yahia Reggab
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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
REPAIR & MAINTENANCE OF SWIMMING POOL EQUIPMENT
Reference number
CFM0062
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
Fife Council require a competent contractor to provide a Repair and Maintenance Service for Swimming Pools managed by both Fife Council Education Service and Fife Sports & Leisure Trust. Specialist Service includes the annual maintenance of specialist treatment equipment to include the Automatic Chemical Dosing systems and associated equipment including Poly Aluminium Chloride Dosing units and associated equipment, Ultraviolet Treatment Systems and Ozone treatment systems.
The successful Contractor will be required to carry out two site visits per pool per year for the servicing and inspection of the Chemical Dosing System and associated plant and one service visit for the Ultraviolet Treatment System and the Ozone Treatment System.
two.1.5) Estimated total value
Value excluding VAT: £936,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50511000 - Repair and maintenance services of pumps
- 50511100 - Repair and maintenance services of liquid pumps
- 50512000 - Repair and maintenance services of valves
- 50800000 - Miscellaneous repair and maintenance services
- 43324100 - Equipment for swimming pools
- 50000000 - Repair and maintenance services
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 require a competent contractor to provide a Repair and Maintenance Service for Swimming Pools managed by both Fife Council Education Service and Fife Sports & Leisure Trust. Specialist Service includes the annual maintenance of specialist treatment equipment to include the Automatic Chemical Dosing systems and associated equipment including Poly Aluminium Chloride Dosing units and associated equipment, Ultraviolet Treatment Systems and Ozone treatment systems.
The successful Contractor will be required to carry out two site visits per pool per year for the servicing and inspection of the Chemical Dosing System and associated plant and one service visit for the Ultraviolet Treatment System and the Ozone Treatment System.
two.2.5) Award criteria
Quality criterion - Name: Service / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £936,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
The option of an extension to the Framework period of up to 12 months.
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.1.2) Economic and financial standing
List and brief description of selection criteria
4B1.1 - Tenderers will be required to have a minimum “general” yearly turnover of GBP GBP 468,000.00 for the last 2 years.
4B.4 - The Current Ratio will be applied. Tenderers 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.
Tenderers are required to provide their annual turnover for their last two financial set of accounts.
4B.5.1B & 4B.5.2 The successful Tenderer will be required to provide evidence of appropriate insurance policies prior to commencement of the Framework. The values of the policies must be as follows:
Employer’s Liability - GBP 10 million
Public Liability (including Product Liability where appropriate) – GBP 5 million
Professional Negligence - GBP 250,000.00 The Contractor will be required to have the specified sum of Professional Negligence insurance in place for a period of up to 2 years after the end of the Framework period (including any extension(s)).
Minimum level(s) of standards possibly required
4B1.1 - Tenderers will be required to have a minimum “general” yearly turnover of GBP GBP 468,000.00 for the last 2 years.
Tenderers shall be advised that where they do not currently meet the above requirements they shall require 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.
4B.4 - Tenderers 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.
4B.5.1b - The bidder must confirm that they already have or can commit to obtaining, prior to the commencement of the contract, valid insurance which must be in place for 5 years after the elapsed date of the contract GBP 10,000,000 of Employer’s (Compulsory) Liability Insurance, the Council may exclude the Bidder from the competition.
4B.5.2 - Where a Bidder does not confirm that they already have or can commit to obtaining, prior to the commencement of the contract
Employer’s Liability - 10 million GBP
Public Liability – 5 million GBP
Professional Negligence - 250,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
Tenderers must have a minimum of 5 years in delivering the same service and have to provide relevant examples of service carried out in the past 3 or 5 years.
The successful Contractor must be able to ensure that any electrical repair, installation or replacements is carried out as per:
The electricity at work regulations 1998 supported by IEE wiring guidance BS7671 2008 and all amendments to date.
The British Standards institution BS7375 1991 “The use of electricity on Construction and Building Sites” and all amendments to date.
The Health and Safety Electricity at work Regulations 1989 and all amendments to date.
The contractor must ensure that all staff are fully equipped and trained in accordance with the Health and Safety at Work Act 1974 and appropriate Regulations, Codes of Practice etc. At no time must the contractor or his staff put other occupants of the building or employees at risk through non-compliance with the Health and Safety at Work Act1974 or any other regulations.
The contractor must ensure that safe systems of work are followed and must provide suitable permits to work, method statements and risk assessments in particular for works in confined spaces in compliance with the Confined Spaces Regulations 1997 and Confined Spaces: A brief guide to working safely.
The Contractor should also pay particular attention to the following publications IND 258(Rev 1) IND 84: Letospirosis, IND 197: Working with Sewage – the health Hazard: A guide for Employees, IND 198: Working with Sewage – the health Hazard: A guide for Employers
The Contractor must also ensure that all operatives (this includes any
subsequent new starts you or your subcontractors may employ) attending
any site in relation to the works shall have obtained “Asbestos Awareness
Training” as described in the HSE’s L143 Approved Code of Practice
associated with Regulation10 of the Control of Asbestos Regulations 2012”.
The Contractor shall comply with Fife Council’s “General Health and Safety Rules for Contractors” as detailed within Appendix 1 of the Fife Council Occupational Health and Safety Procedure OHS – C – 41.
Fife Council Health & Safety Rules of Contractors reference OHS-C-41.G1
Minimum level(s) of standards possibly required
Tenderers must have a minimum of 5 years in delivering the same service.
The successful Contractor must be able to ensure that any electrical repair, installation or replacements is carried out as per:
The electricity at work regulations 1998 supported by IEE wiring guidance BS7671 2008 and all amendments to date.
The British Standards institution BS7375 1991 “The use of electricity on Construction and Building Sites” and all amendments to date.
The Health and Safety Electricity at work Regulations 1989 and all amendments to date.
The contractor must ensure that all staff are fully equipped and trained in accordance with the Health and Safety at Work Act 1974 and appropriate Regulations, Codes of Practice etc. At no time must the contractor or his staff put other occupants of the building or employees at risk through non-compliance with the Health and Safety at Work Act1974 or any other regulations.
The contractor must ensure that safe systems of work are followed and must provide suitable permits to work, method statements and risk assessments in particular for works in confined spaces in compliance with the Confined Spaces Regulations 1997 and Confined Spaces: A brief guide to working safely.
The Contractor should also pay particular attention to the following publications IND 258(Rev 1) IND 84: Letospirosis, IND 197: Working with Sewage – the health Hazard: A guide for Employees, IND 198: Working with Sewage – the health Hazard: A guide for Employers
The Contractor must also ensure that all operatives (this includes any
subsequent new starts you or your subcontractors may employ) attending
any site in relation to the works shall have obtained “Asbestos Awareness
Training” as described in the HSE’s L143 Approved Code of Practice
associated with Regulation10 of the Control of Asbestos Regulations 2012”.
The Contractor shall comply with Fife Council’s “General Health and Safety Rules for Contractors” as detailed within Appendix 1 of the Fife Council Occupational Health and Safety Procedure OHS – C – 41.
Fife Council Health & Safety Rules of Contractors reference OHS-C-41.G1
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The successful Contractor shall be required to attend quarterly meetings to discuss performance to date and future requirements of the Contract. If there are any issues with the Contract the Council may opt to amend the frequency of the meetings.
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.1.6) Information about electronic auction
An electronic auction will be used
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: 2021/S 000-008376
four.2.2) Time limit for receipt of tenders or requests to participate
Date
23 May 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
23 May 2022
Local time
12:00pm
Place
Fife
Information about authorised persons and opening procedure
Yahia Reggab
Tracey Clark
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 21070. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 are asked to consider providing Voluntary Community Benefits.
(SC Ref:689060)
six.4) Procedures for review
six.4.1) Review body
Kirkcaldy Sheriff Court and Justice of Peace Court
Courthouse/Whytescauseway
Kirkcaldy
KY1 1XQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
Economic operators should approach the contracting authority in the first instance. However, the only formal remedy is to apply to the courts:
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session