Opportunity

Framework Agreement for the Provision of Trades Contractors (2021 - 2025)

  • Renfrewshire Council
  • East Renfrewshire Council
  • Renfrewshire Leisure Limited

F02: Contract notice

Notice reference: 2021/S 000-014079

Published 21 June 2021, 4:34pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Email

douglas.mcewan@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.renfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400

one.1) Name and addresses

East Renfrewshire Council

Giffnock

G46 6UG

Email

ercprocurement@eastrenfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.1) Name and addresses

Renfrewshire Leisure Limited

Paisley

G46 6UG

Email

steve.sutton@renfrewshire.gov.uk

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

https://www.renfrewshireleisure.com/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

one.2) Information about joint procurement

The contract involves joint procurement

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

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 Agreement for the Provision of Trades Contractors (2021 - 2025)

Reference number

RC-CPU-20-392

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

The purpose of this Framework Agreement is to give the Contracting Authorities (Renfrewshire Council, East Renfrewshire Council and Renfrewshire Leisure Limited) a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects.

The trades required would be;

~ Electricians

~ Joiners

~ Plumbers

~ Plasterers and Ceramic Tilers

~ Painters and Decorators

~ Glaziers

~ Tile and Slate Roofers

~ Flat Roofers

~ Blacksmiths and Metal Fence Erectors

~ Suspended Ceiling Installers

~ Heating Engineers

~ General Builders

There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.

two.1.5) Estimated total value

Value excluding VAT: £35,040,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Electrical Works

Lot No

1

two.2.2) Additional CPV code(s)

  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of electrical contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned electrical works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £4,030,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Joiner Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45421000 - Joinery work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of joinery contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned joiner works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £864,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Plumber Works

Lot No

3

two.2.2) Additional CPV code(s)

  • 45330000 - Plumbing and sanitary works

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of plumbing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned plumber works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £604,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Plastering and Ceramic Tiling Works

Lot No

4

two.2.2) Additional CPV code(s)

  • 45410000 - Plastering work
  • 45431000 - Tiling work
  • 45431100 - Floor-tiling work
  • 45431200 - Wall-tiling work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of plastering and ceramic tiling contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned plastering and ceramic tiling works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £864,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Painting and Decorating Works

Lot No

5

two.2.2) Additional CPV code(s)

  • 45442100 - Painting work
  • 45442180 - Repainting work
  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of painting and decorating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned painting and decorating works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £604,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Glazier Works

Lot No

6

two.2.2) Additional CPV code(s)

  • 45441000 - Glazing work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of glazing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned glazing works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £644,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Tile and Slate Roofing Works

Lot No

7

two.2.2) Additional CPV code(s)

  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261900 - Roof repair and maintenance work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of roof tiling and slating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned roof tiling and slating works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £644,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Flat Roofing Works

Lot No

8

two.2.2) Additional CPV code(s)

  • 45261900 - Roof repair and maintenance work
  • 45261420 - Waterproofing work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The employment of flat roofing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned flat roofing works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £1,110,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Blacksmith and Metal Fencing Works

Lot No

9

two.2.2) Additional CPV code(s)

  • 45262670 - Metalworking
  • 45262680 - Welding
  • 45341000 - Erection of railings
  • 45342000 - Erection of fencing

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of Blacksmith and Metal Fencing contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Blacksmith and Metal Fencing works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £635,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Suspended Ceiling Works

Lot No

10

two.2.2) Additional CPV code(s)

  • 45421146 - Installation of suspended ceilings

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of Suspended Ceiling contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Suspended Ceiling works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £626,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Heating Engineer Works

Lot No

11

two.2.2) Additional CPV code(s)

  • 50531100 - Repair and maintenance services of boilers
  • 50531200 - Gas appliance maintenance services
  • 50720000 - Repair and maintenance services of central heating

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of Heating contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned Heating Engineer works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £2,515,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

General Builders Works

Lot No

12

two.2.2) Additional CPV code(s)

  • 45262520 - Bricklaying work
  • 45262522 - Masonry work
  • 45262300 - Concrete work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of General Building contractors to provide a reactive repair and maintenance service to domestic properties, public buildings and leisure centres. There will also be an option to procure planned General Builders works under this Lot.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £3,024,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.

two.2) Description

two.2.1) Title

Multi Trades Works

Lot No

13

two.2.2) Additional CPV code(s)

  • 45310000 - Electrical installation work
  • 45421000 - Joinery work
  • 45000000 - Construction work
  • 45330000 - Plumbing and sanitary works
  • 45410000 - Plastering work
  • 45431000 - Tiling work
  • 45261900 - Roof repair and maintenance work
  • 45262670 - Metalworking
  • 45342000 - Erection of fencing
  • 45442100 - Painting work
  • 45451000 - Decoration work
  • 45421146 - Installation of suspended ceilings
  • 50531200 - Gas appliance maintenance services
  • 50720000 - Repair and maintenance services of central heating
  • 45441000 - Glazing work
  • 71314100 - Electrical services
  • 45431100 - Floor-tiling work
  • 45431200 - Wall-tiling work
  • 45442180 - Repainting work
  • 45261211 - Roof-tiling work
  • 45261212 - Roof-slating work
  • 45261420 - Waterproofing work
  • 45261214 - Bituminous roof-covering work
  • 45261220 - Roof-painting and other coating work
  • 45262680 - Welding
  • 45341000 - Erection of railings
  • 50531100 - Repair and maintenance services of boilers
  • 45262520 - Bricklaying work
  • 45262522 - Masonry work
  • 45262300 - Concrete work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

All properties under the control of and within the boundary of Renfrewshire Council, East Renfrewshire Council and all properties under the management of Renfrewshire Leisure Limited.

two.2.4) Description of the procurement

The employment of Multi Trades Contractors to provide a reactive repair and maintenance service to the Contracting Authorities. There will also be an option to procure planned Multi Trades works under this Lot.

Contractors awarded onto this Lot would require to be able to provide all the trades from Lots 1 to 12 to be deployed on a single Work Package as required. Contractors may also be required to provide trades not specifically included within Lots 1 to 12.

Where a multi trades Work Package is awarded the Contractor will be required to supervise and coordinate all the trades under their control to ensure the efficient completion of the Work Package.

Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.

two.2.5) Award criteria

Quality criterion - Name: Community Benefits Offered / Weighting: 10

Quality criterion - Name: Community Benefits Delivery Methodology / Weighting: 5

Quality criterion - Name: Fair Working Practices / Weighting: 5

Quality criterion - Name: Methodology and Approach to Delivery of the Works. / Weighting: 20

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £18,876,000

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

Duration in months

48

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

Please note that the estimated value stated at point II.2.6 is for guidance and tendering purposes only and does not guarantee any Contractor any value or volume of work to be issued through this Lot.


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

Bidders will be required to state if any of the exclusion grounds as detailed within Regulation 58 (1) of The Public Contracts (Scotland) Regulations 2015 apply to them.

If required by the bidder's country of establishment, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (in the United Kingdom, the bidder is a company registered with the Registrar of Companies and can provide a certificate stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name).

three.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders will be required to have a minimum “general” yearly turnover as detailed within the minimum level(s) of standards required below:

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were setup/started trading.

The Council will use Dun & Bradstreet (D&B) to assist in its determination of the Bidders financial status and risk rating and will require that all Bidders evidence the equivalent of D&B Failure Score of 20 or above.

It is recommended that bidders review their own D&B Failure Score in advance of submitting their tender submission. If, following this review, Bidders consider that the D&B Failure Score does not reflect their current financial status, the Bidder should give a detailed explanation and will be required to provide any relevant supporting independent evidence at request for documentation stage. The Council will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the Bidders annual turnover meets the minimum turnover levels stated previously and whether or not there is any significant financial risk identified. Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, a parent company guarantee will be required. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. However, the collective annual turnover of all consortium members will be utilised in the overall assessment of annual turnover. Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to the contract, where they fail to meet the Council's minimum financial criteria.

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 detailed within the minimum level(s) of standards required below.

Minimum level(s) of standards possibly required

Bidders will be required to have a minimum “general” yearly turnover as detailed below for the last 3 financial years.

Bidding for Lot 1, turnover requirement GBP1,007,500.00

Bidding for Lot 2, turnover requirement GBP216,000.00

Bidding for Lot 3, turnover requirement GBP151,000.00

Bidding for Lot 4, turnover requirement GBP216,000.00

Bidding for Lot 5, turnover requirement GBP151,000.00

Bidding for Lot 6, turnover requirement GBP161,000.00

Bidding for Lot 7, turnover requirement GBP161,000.00

Bidding for Lot 8, turnover requirement GBP277,500.00

Bidding for Lot 9, turnover requirement GBP158,750.00

Bidding for Lot 10, turnover requirement GBP156,500.00

Bidding for Lot 11, turnover requirement GBP628,750.00

Bidding for Lot 12, turnover requirement GBP756,000.00

Bidding for Lot 13, turnover requirement GBP4,719,000.00

Where tenderers are bidding for more than one Lot the turnover requirement will be aggregated for the number of Lots bid for. For example, a tenderer who bids for all Lots, 1 to 13 would require to have a general yearly turnover of GBP8.76M – the aggregated turnover requirement for Lots 1 to 13.

Bidders will require to have the following insurances;

Employer’s (Compulsory) Liability Insurance = statutory minimum GBP5M each and every claim.

Public Liability Insurance = minimum GBP5M each and every claim.

Statutory third party motor vehicle cover.

Contractors All Risk Insurance (CAR) = CAR insurance will not be required for normal day-to-day maintenance and repair works. For one off projects the level of CAR insurance will be set by the Council on a project by project basis but, for guidance purposes, the maximum indemnity limit that may be asked for is GBP207,000.00. Bidders are asked to evidence, at request for documentation stage, the level of CAR insurance they have in place. Bidders should note that the provision of CAR insurance is not a bar to being accepted onto the framework but the Council reserves the right not to award a direct call off work package to a bidder where the bidder is unable to provide the appropriate level of CAR insurance suitable for the work package to be carried out. The level of CAR insurance required for a Quotation Procedure (Mini Competition) will be detailed within the Quotation Procedure (Mini Competition) documentation. Bidders who cannot provide the level of CAR insurance required will not be considered for the award of the Quotation Procedure (Mini Competition). The requirement for CAR Insurance will be at the sole discretion of the Council and will be appropriate to the value and risk of the project to be carried out under this Framework Agreement.

Bidders must have a Dun and Bradstreet Failure Score of 20 or above (or equivalent).

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works/services applicable to the Lots that they are bidding for.

Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of works/services applicable to the Lots that they are bidding for.

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which 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, and 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.

Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 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 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 levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement).

Bidders will be required to confirm that they 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 OR have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

Minimum level(s) of standards possibly required

Relevant experience to carry out the Works/Services the bidder is tendering for.

Appropriate level of manpower, management and equipment to service this Contract.

Certified to BS EN ISO 9001 (or equivalent) or have a documented and endorsed policy regarding quality management.

Certified to BS OHSAS 18001 (or equivalent) or have a documented and endorsed policy regarding Health and Safety.

Certified to BS EN ISO 14001 (or equivalent) or have a documented and endorsed policy regarding environmental management.


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 several operators

Envisaged maximum number of participants to the framework agreement: 30

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

22 July 2021

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: 20 December 2021

four.2.7) Conditions for opening of tenders

Date

22 July 2021

Local time

12:00pm

Information about authorised persons and opening procedure

Strictly by invitation only.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 4 years.

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 bidder must complete and submit, WITH THEIR TENDER RESPONSE the following documents;

~ Completed Contract Data Part 2

~ Completed Offer Worksheet(s) relevant to the Lot or Lots that you are bidding for.

~ Tender Declaration Page(s) relevant to the Lot or Lots that you are bidding for.

~ Completed Tender Compliance Certificate.

The Offer Worksheets and Tender Declaration Pages can be found within the attachment area of each individual Lot ITT. Please ensure that you complete the Offer Worksheet and Declaration Page for each Lot you are bidding for and reattach your completed documents in the attachment area of the relevant Lot.

The Contract Data Part 2 and the Tender Compliance Certificate can be found within a folder entitled “Contract Documents” uploaded into the Attachment Area of the Master ITT.

The bidder may also be required to complete and submit, at “REQUEST FOR DOCUMENTATION STAGE” the following Supplementary documents (S Docs);

~ S1 - Equalities Questionnaire

~ S2 - Equalities Declaration

~ S3 - No Collusion Certificate

~ S4 - Prompt Payment Certificate (if subcontractors are to be used)

~ S5 – Registered Waste Carrier Form

~ S6 - Framework Manager Form

~ S7 - Health and Safety Questionnaire

The above mentioned documents are provided with the tender documents and can be located within a folder entitled “Supplementary Documents” uploaded into the Attachment Area of the Master ITT.

Within the Technical Envelope of the Master ITT, tenderers are requested to provide information in relation to their organisation and workforce. It should be noted that the detail requested in this section is for information only and will not form part of the award criteria and therefore has a “0” weighting.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18914. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not applicable to this framework.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Bidders are requested to refer to the document entitled “Appendix (A3) Community Benefit Outcome Menu” and state, in their tender response, how many Community Benefits Points (CBPs) they would commit to offering per GBP10K of spend through this Framework Agreement. Appendix (A3) Community Benefit Outcome Menu is included within the Folder entitled “Appendices” attached within Attachments Area of the Master ITT of the E-tender.

Bidders are also requested to provide the methodology and approach to be adopted to ensure the delivery of any community benefits to be delivered through this framework agreement.

(SC Ref:656953)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

six.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom