Section one: Contracting authority
one.1) Name and addresses
East Ayrshire Council
Corporate Procurement Team, London Road HQ
Kilmarnock
KA3 7BU
david.shields@east-ayrshire.gov.uk
Telephone
+44 1563576183
Country
United Kingdom
NUTS code
UKM93 - East Ayrshire and North Ayrshire mainland
Internet address(es)
Main address
http://www.east-ayrshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223
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
PS-22-109 - External Envelope Enhancement Programme (PRJ0013246)
two.1.2) Main CPV code
- 45211000 - Construction work for multi-dwelling buildings and individual houses
two.1.3) Type of contract
Works
two.1.4) Short description
Name: External Envelope Enhancement Programme 2022/2024.
Nature: Replacement of roof coverings, removal of chimneys, renewal of rainwater goods, waste pipes and fascias/soffits, door canopies, new PV installation, repairs and rendering to existing external walls, cavity wall insulation, new external doors and windows.
Location: Drongan, Auchinleck and Muirkirk
Length of contract: 18 months, running from award until 31/03/24, plus option of two one year extensions. Please note year two will finish 31/03/24, in line with the financial year end. The estimated budget per annum is 7m GBP and the number of addresses completed per annum is estimated to be 450 per calendar year. The number of addresses complete will be determined by the scope of works required to each property. The number of properties in completed in year 2023/24, will require to be around 600, due to the reduced numbers carried out in 2022/23.
two.1.5) Estimated total value
Value excluding VAT: £28,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45261210 - Roof-covering work
- 45321000 - Thermal insulation work
- 45261200 - Roof-covering and roof-painting work
- 45261215 - Solar panel roof-covering work
- 45210000 - Building construction work
- 45211100 - Construction work for houses
- 45421100 - Installation of doors and windows and related components
- 45421110 - Installation of door and window frames
- 45421130 - Installation of doors and windows
- 45421132 - Installation of windows
two.2.3) Place of performance
NUTS codes
- UKM93 - East Ayrshire and North Ayrshire mainland
two.2.4) Description of the procurement
Name: External Envelope Enhancement Programme 2022/2024.
Nature: Replacement of roof coverings, removal of chimneys, renewal of rainwater goods, waste pipes and fascias/soffits, door canopies, new PV installation, repairs and rendering to existing external walls, cavity wall insulation, new external doors and windows.
Location: Drongan, Auchinleck and Muirkirk
Length of contract: 18 months, running from award until 31/03/24, plus option of two one year extensions. Please note year two will finish 31/03/24, in line with the financial year end. The estimated budget per annum is 7m GBP and the number of addresses completed per annum is estimated to be 450 per calendar year. The number of addresses complete will be determined by the scope of works required to each property. The number of properties in completed in year 2023/24, will require to be around 600, due to the reduced numbers carried out in 2022/23.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
22
This contract is subject to renewal
Yes
Description of renewals
2No Optional 1 Year Extensions
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
For the purpose of this Contract, all Electrical Subcontractors (including the Main Contractor if appropriate) proposed to be used on this Project must have Registration with either ‘NICEIC (Approved Contractor Scheme)’ or ‘SELECT (Approved Certifier of Construction Scheme)’ throughout the entire Contract period, and all Employees (including Employees of Electrical Subcontractors) must have appropriate trade certification.
For the purpose of this Contract, all Mechanical Subcontractors (including the Main Contractor if appropriate) proposed to be used on this Project must have Registration with either ‘B&ES Association (Member status)’ or ‘CIPHE (Member status)’ throughout the entire
Contract period, and all Employees of Mechanical Subcontractors must have appropriate trade certification.
For the purpose of this Contract, all Gas Sub-Contractors (including the Main Contractor if appropriate) must be on the current Capita Gas Safe Register of Gas Installers at a commercial level throughout the entire Contract period.
For the purpose of this Contract, the Asbestos removal Contractor proposed to be used on this Project must hold an Asbestos Removal Licence (issued by the HSE) throughout the entire Contract period, and all employees must have appropriate certification.
For the purpose of this Contract, the company which will carry out the Solar Photovoltaic installation must be on the current Microgeneration Certification Scheme (MCS) database of certified installers at the time of installation.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Financial Standing
The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
Risk or Credit reports from other agencies will not be considered.
It is the Tenderers responsibility to ensure that all information held by Creditsafe is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Creditsafe scores are accurate by the due submission date.
Insurances
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 insurances indicated below.
Public & Products Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.
Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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
5 August 2022
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
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 August 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: 2 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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21716. 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:
n/a
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:
It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:
- Targeted recruitment and training (providing employment and training opportunities / Apprenticeships)
- SME and social enterprise development
- Community engagement
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:698508)
six.4) Procedures for review
six.4.1) Review body
Kilmarnock Sheriff Court
Sheriff Court House, St Marnock Street
Kilmarnock
KA1 1ED
Country
United Kingdom