Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
Contact
May Harvey-Welsh
may.harvey-welsh@eastrenfrewshire.gov.uk
Telephone
+44 1415773669
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Measured Tern Contract Blacksmiths Including Fencing
Reference number
CE 21 22 013
two.1.2) Main CPV code
- 71550000 - Blacksmith services
two.1.3) Type of contract
Services
two.1.4) Short description
Provision of Blacksmith and Fencing Works, including: all downtakings/removal of existing; preparatory works; excavations (where required); concrete foundations for posts (where required); handrails; metal fencing/gates; metal sheeting to doors; weldmesh in frames (doors & windows); cast iron repairs; mild steel works; galvanised metalwork; timber fencing/ gates/ hoarding and the like to properties/land of a housing & non-housing nature throughout East Renfrewshire Council. Work involving all other trades will be provided by others under separate contracts. A 24-hour 365days emergency response service
two.1.5) Estimated total value
Value excluding VAT: £300,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71550000 - Blacksmith services
- 45000000 - Construction work
- 34928200 - Fences
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
East Renfrewshire Boundary
two.2.4) Description of the procurement
Provision of Blacksmith and Fencing Works, including: all downtakings/removal of existing; preparatory works; excavations (where required); concrete foundations for posts (where required); handrails; metal fencing/gates; metal sheeting to doors; weldmesh in frames (doors & windows); cast iron repairs; mild steel works; galvanised metalwork; timber fencing/ gates/ hoarding and the like to properties/land of a housing & non-housing nature throughout East Renfrewshire Council. Work involving all other trades will be provided by others under separate contracts. A 24-hour 365days emergency response service
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 25
Quality criterion - Name: Methodology Approach / Weighting: 20
Quality criterion - Name: Contract Implementation Plan / Weighting: 15
Quality criterion - Name: Complaints Proceedure / Weighting: 10
Quality criterion - Name: Community Bernefits / Weighting: 10
Quality criterion - Name: Recycling Waste - Recovery Materials / Weighting: 10
Quality criterion - Name: Fair Working Practices / Weighting: 5
Quality criterion - Name: Sustainability / Weighting: 5
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £300,000
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
East Renfrewshire reserve the right to extend for 2 x 12 month extension 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.2.14) Additional information
Quality Weighting 40 Sub weightings for quality assessment detailed above .
This will be awarded to a single supplier
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
1-Construction Competency scheme
2-Previous Work Examples
three.1.2) Economic and financial standing
Minimum level(s) of standards possibly required
To establish the financial standing of a Tenderer, the Council will firstly take into account a risk report provided independently by Credit
Safe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is
determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the
submission will not be considered further. Where you are not registered on credit safe e.g. charitable organisations, new start companies
and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.
Turnover requirement and
The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation
61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial
standing.”
Insurances
- Public Liability and Employers Liability
- Professional Indemnity/ Contractors all risk
Minimum level(s) of standards required:
- Public Liability and Employers Liability 5m GBP
- Professional Indemnity/ Contractors all risk 2m GBP
Insurances
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
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
9 September 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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
9 September 2021
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: Should the 2 x 12 month extension periods be taken up we will issue a further notice in 4 years time
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
Bidders responding to this opportunity must note that information contained within the Tender Information Pack- Pre Construction pack etc
is a condition of contract. If you respond to this opportunity it will be taken that you have read and agree to all information contained
within the pack. If at a later point you advise you cannot comply the Council reserves the right to remove you from the contract.
Bidders should note that all questions relevant to this exercise should be posted using the Message Board facility for this project.
Please ensure that all documentation is read thoroughly.
Please note that the dates on this notice are indicative and subject given with regard to the Council’s overall uptake of any resulting
contract.
East Renfrewshire Council reserves the right inline with Regulation 72 of the Public Contracts (Scotland) Regulations 2015, to modified
any awarded contract without a new procurement procedure.
All values indicated are indicative figures only and no guarantee is given with regard to the Council’s overall uptake of any resulting
contract.
The tender is now available for download at www.publictendersscotland.publiccontractsscotland.gov.uk
Project Code 19350
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19350. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Community Benefits will apply where a supplier has been successfully awarded contracts that have an accumulated annual value of 50,000GBP and over. At the end of each financial year / a review of the level of work commissioned to each supplier will be conducted. The number of community benefits points will be determined and the supplier contacted to agree the community benefit outcomes and delivery method. There is no limit to the Community Benefit that a tenderer may offer and the total Community Benefit Points may exceed the stated expectation.
Bidders should be aware that failure to agree outcomes and delivery method may impact on the work commissioned through the Measured Term Contract for the following years.
If you are successful in the award of this contract you will be required to communicate / meet with East Renfrewshire Council to finalise the delivery of the benefits that you are offering under this Measured Term.
Community Benefits Wish List
The community benefits wish list has been developed to allow communities to make requests directly to companies working in East Renfrewshire. Local communities or organisations can submit a request for specific help via our online Community Benefits wish list form.
Suppliers are actively encouraged to review the Community Benefits wish list and note within their ITT response if they are able to meet any of the requests noted by our community groups.
A link to the community benefits wish list can be located via the following website page:
https://www.eastrenfrewshire.gov.uk/procurement
(SC Ref:663389)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
St James Street
Paisley
PA3 2HW
Telephone
+44 1418875291
Country
United Kingdom