Contract

Floorcoverings - Screed, Replacement and Lifting/Relaying, Fife Wide

  • Fife Council

F03: Contract award notice

Notice identifier: 2022/S 000-024952

Procurement identifier (OCID): ocds-h6vhtk-036636

Published 6 September 2022, 2:08pm



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Bankhead Place, Bankhead Industrial Estate

Glenrothes

KY7 6GH

Contact

Stacy Young

Email

stacy.young@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

Floorcoverings - Screed, Replacement and Lifting/Relaying, Fife Wide

Reference number

CW0030

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Fife Council requires a Framework for the supply and installation of floorcoverings, and the lifting and relaying of existing floorcoverings. The objectives of the procurement exercise is to ensure compliance with procurement regulations, provide a quicker route to market and deliver value for public money spent.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,249,330.18

two.2) Description

two.2.2) Additional CPV code(s)

  • 45000000 - Construction work

two.2.3) Place of performance

NUTS codes
  • UKM72 - Clackmannanshire and Fife
Main site or place of performance

Fifewide

two.2.4) Description of the procurement

Fife Council requires a Framework for the supply and installation of floorcoverings, and the lifting and relaying of existing floorcoverings. The objectives of the procurement exercise is to ensure compliance with procurement regulations, provide a quicker route to market and deliver value for public money spent. All works will be issued through reactive maintenance orders or fixed price requests.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

5 Candidates will be shortlisted from replies received during stage 1. This will later be reduced to 3 candidates based on Price/Quality.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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.2.1) Previous publication concerning this procedure

Notice number: 2022/S 000-000000


Section five. Award of contract

Contract No

CW0030

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

5 September 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Kirkton Flooring Limited

11 Grange Road, Houston Industrial Estate

Livingston

EH54 5DE

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Bell Decorating Group Limited

Bell Business Park, Rochsolloch Road

Airdrie

ML6 9BG

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.3) Name and address of the contractor

Smith Brothers Marine Ltd

Unit 12A, Barham Road, Forties Campus

Rosyth

KY11 2XB

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,249,330.18


Section six. Complementary information

six.3) Additional information

The bidders must hold a UKAS or equivalent accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 or equivalent.

The bidder must have the following;

A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has, and continues to implement a quality management policy which includes:

a) Documented procedures for periodically reviewing, correcting and improving quality performance.

b) A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery.

c) Documented arrangements for providing the bidders workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid.

d) A documented process demonstrating how the bidder deals with complaints, Health and Safety Procedures.

The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS ISO 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 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.

The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of our operations and set out your company's responsibilities of health and safety management and compliance and legislation.

In stage 2 of this procurement exercise, bidders will be asked to provide a community benefits delivery plan/methodology as part of their tender submission.

(SC Ref:705929)

six.4) Procedures for review

six.4.1) Review body

Kirkcaldy Sherriff Court

Whytescauseway

Kirkcaldy

Country

United Kingdom