Tender

Maintenance, Repairs and Emergency Services for Lochar-Moss MBT facility (MRE Services ITT)

  • Dumfries and Galloway Council

F02: Contract notice

Notice identifier: 2022/S 000-019276

Procurement identifier (OCID): ocds-h6vhtk-0351f4

Published 14 July 2022, 1:03pm



Section one: Contracting authority

one.1) Name and addresses

Dumfries and Galloway Council

Procurement Team, Carruthers House

Dumfries

DG1 2HP

Contact

Andy Rhattigan

Email

andy.rhattigan@scotland-excel.org.uk

Country

United Kingdom

NUTS code

UKM92 - Dumfries & Galloway

Internet address(es)

Main address

http://www.dumgal.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00219

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

Maintenance, Repairs and Emergency Services for Lochar-Moss MBT facility (MRE Services ITT)

Reference number

DGT/1230/19

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

This framework will provide Dumfries and Galloway council with a mechanism to procure a range of services including Maintenance (Mechanical, Electrical & Cleaning) Repairs and Emergency Services for their Lochar-Moss MBT facility.

two.1.5) Estimated total value

Value excluding VAT: £816,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for maximum number of lots
4

two.2) Description

two.2.1) Title

Electrical Services

Lot No

2

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment
  • 71314100 - Electrical services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot will provide Dumfries and Galloway council with a mechanism to procure Electrical services for the Lochar-Moss MBT facility.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework will be for an initial two year period with an option to extend for a further two 12-month periods.

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) Description

two.2.1) Title

Industrial Cleaning Services

Lot No

3

two.2.2) Additional CPV code(s)

  • 90910000 - Cleaning services
  • 42924730 - Pressurised water cleaning apparatus
  • 42924740 - High-pressure cleaning apparatus

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot will provide Dumfries and Galloway council with a mechanism to procure Industrial Cleaning services for the Lochar-Moss MBT facility.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework will be for an initial two year period with an option to extend for a further two 12-month periods.

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) Description

two.2.1) Title

Emergency Electrical Services

Lot No

4

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45259000 - Repair and maintenance of plant
  • 50116100 - Electrical-system repair services
  • 71314100 - Electrical services
  • 50532000 - Repair and maintenance services of electrical machinery, apparatus and associated equipment

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot will provide Dumfries and Galloway council with a mechanism to procure Industrial Cleaning services for the Lochar-Moss MBT facility.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework will be for an initial two year period with an option to extend for a further two 12-month periods.

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) Description

two.2.1) Title

Mechanical Services

Lot No

1

two.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 50000000 - Repair and maintenance services

two.2.3) Place of performance

NUTS codes
  • UKM92 - Dumfries & Galloway
Main site or place of performance

Within the Dumfries and Galloway region of Scotland, the “Lochar-Moss MBT facility” is located on Lockerbie Road.

two.2.4) Description of the procurement

This Lot will provide Dumfries and Galloway council with a mechanism to procure Mechanical services for the Lochar-Moss MBT facility.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

This framework will be for an initial two year period with an option to extend for a further two 12-month periods.

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

Pertaining to section 4B.5 of the SPD, the Dumfries and Galloway Council Minimum Requirements for insurance will be as follows.

Employers Liability Insurance– in accordance with Regulation 3 of the Employers' Liability (Compulsory Insurance) Regulations 1998 (as amended) to a minimum indemnity limit of 5 million GBP for each and every occurrence

Public/Products Liability Insurance – to a minimum indemnity limit of 10 million GBP each and every occurrence and in the aggregate in respect of Products Liability Insurance; and

Motor Vehicle Insurance - in accordance with the provisions of the current Road Traffic Act 1988 to a minimum indemnity limit of 5 million GBP each and every occurrence.

Minimum level(s) of standards possibly required

As stated above.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C1.2

For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice.

Tenderers are required to provide 3 previous work examples over the last 3 years for each Lot you are tendering for.

4C.6

These minimum requirements will be applicable to only Electrical Lots 2 and 4; The following educational and professional qualifications must be held by Tenderers;

Lot 2 Electrical Services

and

Lot 4 Emergency Electrical Services;

Tenderer must be qualified to IEE regulations - current edition including inspection and testing.

4C.7

Please provide details of the environmental management measures which the Tenderer will be able to use when performing the contract:

Suppliers to provide: An overview of the Company arrangements that will be applied to the Services to assure protection of the environment, pollution prevention and the management waste, to the satisfaction of reviewer at Dumfries & Galloway’s Corporate H&S Team.

4C.10

Please provide details of the proportion (ie. percentage) of the contract that you intend to sub-contract.

4D.1

Will the Tenderer be able to produce certificates drawn up by independent bodies attesting that the Tenderer complies with the required quality assurance standards, including accessibility for disabled persons?

Quality Management Procedures:

The Tenderer must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

Or

Tenderers must provide an overview of the Company arrangements that will be applied to the Works to assure a quality service, conformity and customer satisfaction. These arrangements should address planning, operational control and corrective action.

Health & Safety Procedures:

The Tenderer must 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

Tenderers must provide the following, which must be deemed acceptable by the Council.

The Company policy relating to health and safety.

The organisation for health and safety showing the links to Company management including health and safety advice.

A list of the Company health and safety arrangements appropriate to the Works.

A list of all RIDDOR reportable events (if applicable) that have occurred within the Company during the past three years with a statement against each of the remedial action. (if applicable).

A list of any actions relating to health, safety or welfare taken by an Enforcing Authority against the Company during the previous five years identifying any which resulted in the issuing of a Notice by the Enforcing Authority.

Health and safety requirements for working on-site at the MBT Facility are referred in the document named "MBT Framework Contract SHEQ Requirements".

Minimum level(s) of standards possibly required

As stated above.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For details of the conditions relevant to the proposed Framework, please see the Maintenance, Repairs and Emergency Services for Lochar-Moss MBT facility (MRE Services ITT) Invitation to Tender document in the Public Contract Scotland Tender site Buyer Attachments area of ITT 42861.


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

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 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

16 August 2022

Local time

12:00pm

Place

Dumfries and Galloway Council, Carruthers House, Dumfries (or via On-Line methods at alternate locations)

Information about authorised persons and opening procedure:

All tenders will be opened in a secure location and witnessed by members of the procurement team authorised by the Council.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: On expiry of the contract term (intent for initial contract term is two years) and any exercised extensions.

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

Scotland Excel will manage this tender activity on behalf of Dumfries and Galloway Council, on conclusion of this tender any resultant contracts will be awarded by Dumfries and Galloway Council.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20541. 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:

Community Benefits shall be based on the annual spend awarded through the Contract to each individual Supplier, note that the annual spend used to calculate Community Benefits shall be the cumulative value of spend awarded within a 12-month period.

(SC Ref:700381)

six.4) Procedures for review

six.4.1) Review body

Dumfries Sheriff Court

Buccleuch Street

Dumfries

DG1 2AN

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

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.