Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Sarah Lang
Telephone
+44 1738475000
Country
United Kingdom
NUTS code
UKM77 - Perth & Kinross and Stirling
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372
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/
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
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
Play Area Inspection and Maintenance
Reference number
PKC11911
two.1.2) Main CPV code
- 50870000 - Repair and maintenance services of playground equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Playpark Inspections, repair and maintenance in Perth and Kinross Council area.
two.1.5) Estimated total value
Value excluding VAT: £1,668,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50870000 - Repair and maintenance services of playground equipment
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross Council Area
two.2.4) Description of the procurement
Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to undertake inspection, maintenance, with the potential to undertake repairs and replacements of units and or surfacing to the Councils 146 Play Areas. The contractor will be expected to inspect and maintain the play areas on a bi-monthly basis, with Premier sites being visited monthly due to the high usage of the sites. The form of contract is SBCC Measured Term.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £1,668,000
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
Option to extend for up to a further 2 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
N/A
three.1.2) Economic and financial standing
List and brief description of selection criteria
4B.4 Bidders will be required to state the value(s) for the following financial ratio(s):
Current Ratio (Current Assets divided by Current Liabilities)
Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)
4B.5.1 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 indicated below:
Minimum level(s) of standards possibly required
The acceptable range for each financial ratio is:
4B.4
Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e., a Net Assets position in each of the 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract.
4B.5.1
Employer’s (Compulsory) Liability Insurance = 10m GBP
Public Liability Insurance = 5m GBP https://www.hse.gov.uk/pubns/hse40.pdf
Comprehensive Car Insurance (Business use)
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide 2 examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
4C.1.2
Play area maintenance, inspection, repair and installation.
Quality Management Procedures
4D.1 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Or
The bidder must have the following:
Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.
Health and Safety Procedures
The bidder 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
4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. T
4h. Documented procedures for recording accidents/incidents and undertaking follow-up action.
4i. Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged.
4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary.
4k. Documented arrangements for cooperating and co-ordinating the bidder’s work with other suppliers. This must provide an explanation of how cooperation and co-ordinating of the work is achieved in practice, and how other organisations are involved in drawing up method statements/safe systems of work etc. including arrangements for response to emergency situations.
Environmental Management Systems
4D.2 1 The Bidder must 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
2. The bidder must have the following:
f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).
g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.
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
19 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
19 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: July 2026
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21724. 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:
Tenderers responding to this tender opportunity are requested to adopt the following community benefits approach.
Perth & Kinross Council (PKC) is committed to maximising community benefits. Community Benefits improve the economic, social or environmental wellbeing of the specific local authority area.
To find information about current community requirements in the Perth and Kinross Council area please look at our website.
Based on estimated spend of this contract any successful supplier will be required to meet a minimum number of Community Benefits points (please see below spend thresholds). If you are successful in the award of this contract and meet the minimum Annual Spend Threshold you will be required to communicate with the Council’s designated person to finalise the benefits that you are offering.
(SC Ref:700432)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
PH2 8NL
Country
United Kingdom