Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Kevin Milliken
kevin.milliken@renfrewshire.gov.uk
Telephone
+44 3003000300
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.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 to the above-mentioned address
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
Planned Preventative Maintenance, Servicing and Reactive (Un-Planned) Maintenance to Sheltered Housing Buildings Heating Systems
Reference number
RC-CPU-23-152
two.1.2) Main CPV code
- 71314310 - Heating engineering services for buildings
two.1.3) Type of contract
Services
two.1.4) Short description
Renfrewshire Council has the requirement to appoint a suitably qualified Contractor to carry out the Planned Preventive Maintenance and Reactive Repairs to the communal heating systems within seven sheltered housing complexes.
two.1.5) Estimated total value
Value excluding VAT: £700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71314310 - Heating engineering services for buildings
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire
two.2.4) Description of the procurement
Renfrewshire Council has the requirement to appoint a suitably qualified Contractor to carry out the Planned Preventative Maintenance and Reactive Repairs to seven sheltered housing complexes communal heating systems.
two.2.5) Award criteria
Quality criterion - Name: Emergency Contingency - Methodology for Hire Plantroom / Weighting: 10
Quality criterion - Name: PPM & Life Cycle Plan for Special Boiler Arrangement / Weighting: 5
Quality criterion - Name: Managing Risk and H&S for Daily Tasks / Weighting: 5
Price - Weighting: 65
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 Contract Period is 3 years with the Council having the sole option to extend for up to 12 months on two separate occasions to a total contract period of 5 years.
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
Selection criteria as stated in the procurement documents
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
This Contract will include performance conditions related to fair work first and community benefits. The tender requests community benefits and they will be scored.
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.1.8) 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
16 July 2024
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: 13 December 2024
four.2.7) Conditions for opening of tenders
Date
16 July 2024
Local time
12:00pm
Place
Tender submissions will be opened remotely using an opening committee on PCS-T with two procurement officers.
Information about authorised persons and opening procedure
Tender submissions will be opened remotely using an opening committee on PCS-T with two procurement officers.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Further Notices will be issued before or after any extension periods that are utilised.
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 Recommended Tenderer will be required to provide at Request for Documentation stage the following documents:
CPU-056-A S1 Equalities Questionnaire
CPU-057-A S2 Equalities Declaration
CPU-060-A S5 Prompt Payment Certificate
CPU-061-A S6 Waste Carrier
CPU-063-A S9 List of Proposed Sub-Contractors
New Supplier Request Form
Appendix F Data Processor Agreement
Health & Safety Questionnaire and Supporting Documentation
Insurance Certification in the name of the Company
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25203. 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:
Clause 3.15 if the Conditions of Contract state the Community Benefits requirement as part of this contract. The Community Benefits will be evaluated and are a contractual element of the contract.
(SC Ref:768082)
six.4) Procedures for review
six.4.1) Review body
Please refer to VI.4.3 below
UK
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Please refer to VI.4.3 below
UK
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risk 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