Awarded contract

Framework for Internal & External Painting and Plastering

  • Fife Council

F03: Contract award notice

Notice reference: 2021/S 000-009688

Published 5 May 2021, 12:45pm



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Bankhead Central, Bankhead Park

Glenrothes

KY7 6GH

Contact

Susan Rodigan

Email

susan.rodigan@fife.gov.uk

Telephone

+44 3451550000473263

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fifedirect.org.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.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

Framework for Internal & External Painting and Plastering

Reference number

12116

two.1.2) Main CPV code

  • 45451000 - Decoration work

two.1.3) Type of contract

Works

two.1.4) Short description

Internal & External Painting & Plastering to Domestic and Commercial Properties, various location throughout Fife including all associated works

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £14,000,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Throughout Fife

two.2.4) Description of the procurement

Internal & External Painting & Plastering to Domestic and Commercial Properties, various location throughout Fife including all associated works

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

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 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

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: 2019/S 215-526690


Section five. Award of contract

Contract No

12116

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 July 2020

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 2

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Bell Decorating Group Limited

Bell Business Park, Rochsolloch Road

Airdrie

ML6 9BG

Telephone

+44 1689837977

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £14,000,000

Total value of the contract/lot: £14,000,000


Section six. Complementary information

six.3) Additional information

ESPD 4D.1 The Bidders must hold a UKAS or equivalent accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 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

a) Documented procedures for periodically reviewing, correcting and improving quality performance.

b) A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard deliver

c) 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.

d)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 out responsibilities for H&S management at all level's within the organisation. The policy must be relevant to the nature and scale of our operations and set out your company's responsibilities of health and safety management and compliance with legislation.

(SC Ref:652925)

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sheriff Court

Whytescauseway

Kirkcaldy

KY1 1XQ

Telephone

+44 1592260171

Country

United Kingdom