Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Kerri-Anne Ben Ammar
kerri-anne.benammar@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
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
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
PAS2035 Retrofit Design, Specification and Co-Ordination (Housing Investment and Regeneration Programmes)
Reference number
RC-CPU-20-412
two.1.2) Main CPV code
- 71314300 - Energy-efficiency consultancy services
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for a multi-disciplinary design team who will be responsible for the design, specification, and implementation of retrofit and regeneration works (both internal and external) within the eight areas that have chosen for regeneration works and the wider housing investment programme including HEEPS:ABS over the next four financial years to meet EESSH.
The Programme will include internal and external works to domestic properties (a mix of both Council owned and privately owned properties and of various archetypes), such work to ensure the property achieves a standard compliant with PAS2035:2019 Retrofitting dwellings for improved energy efficiency – Specification and guidance (hereinafter “PAS 2035”). The Client views PAS 2035 as critical in achieving a higher performance design solution for their works programmes towards delivering an EnerPHit standard within their social and mixed tenure housing stock.
In addition, the Programme will include the regeneration of eight (8) neighbourhoods within the Renfrewshire area
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
- 71315100 - Building-fabric consultancy services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
The purpose of this project is for a multi-disciplinary design team who will be responsible for the design, specification, and implementation of retrofit and regeneration works (both internal and external) within the eight areas that have chosen for regeneration works and the wider housing investment programme including HEEPS:ABS over the next four financial years to meet EESSH.
In addition, the Programme will include the regeneration of eight (8) neighbourhoods within the Renfrewshire area.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70%
Price - Weighting: 30%
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Contract term is 48 months with the option to extend for up to an additional 12 months at the sole discretion of the Council
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
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts(Scotland)Regulations2015.
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
It is a requirement of this contract that bidders to hold a particular authorisation or membership of a particular organisation needed in order to be able to perform the service. The authorisation or membership required for this contract is noted below:
Minimum Standards:
-Royal Incorporation of Architects Scotland [RIAS] or
-Royal Institute of British Architects (RIBA)
-Members of the Royal Institute of Chartered Surveyors (MRICS)
-Chartered Member of the Landscape Institute (CMLI)
-Level 5 Diploma in Retrofit Coordination and Risk Management, (registered with TrustMark via a certification body.)
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 relation to fair working practices and community benefits. The tender requests mandatory employment community benefits and scored community benefits.
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
4 October 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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
4 October 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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:
Health and Safety Questionnaire and supporting information
S1EqualitiesQuestionnaire
S2EqualitiesDeclaration
S3TenderComplianceCertificate
S4NoCollusionCertificate
S5PromptPaymentCertificate
S9ListofProposedDomesticSubContractors
S14 Destruction of Personal Or Sensitive Information Certificate
Data Processor Agreement
Sub Consultant Collateral Warranty
Insurance certificates
BACS Form
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19438. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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:
The conditions of contract will contain a clause regarding the Consultants responsibility in regards to delivering Community Benefits.
(SC Ref:665483)
six.4) Procedures for review
six.4.1) Review body
Please refer to VI-4-3 below Review procedure
Please refer to VI-4-3 below Review procedure
UK
Country
United Kingdom
six.4.3) Review procedure
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.
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