Opportunity

Property Maintenance and Refurbishment

  • Scotland Excel

F02: Contract notice

Notice reference: 2022/S 000-025530

Published 12 September 2022, 2:30pm



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

construction@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Property Maintenance and Refurbishment

Reference number

1821

two.1.2) Main CPV code

  • 50700000 - Repair and maintenance services of building installations

two.1.3) Type of contract

Services

two.1.4) Short description

This Framework Contract is for the provision of a range of repair, maintenance and refurbishment services to commercial and domestic properties which Councils, Scotland Excel associate members and other bodies participating in this procurement as detailed in this notice

may require. The framework is divided into 15 lots as follows:

Lot 1 - Bathrooms

Lot 2 - Electrical

Lot 3 - Fencing and Gates

Lot 4 - Flooring

Lot 5 - Heating

Lot 6 - Joinery

Lot 7 - Kitchens

Lot 8 - Painting and Decorating

Lot 9 - Plastering and Ceramic Tiling Works

Lot 10 - Plumbing

Lot 11 - Renewables (Solar Thermal Panels, Solar Water Heating, PV, Heat Pumps)

Lot 12 - Roofing

Lot 13 - Ventilation

Lot 14 - Windows and Doors

Lot 15 - Multi-Trades

For more information about the requirements for each lot please see summary information, below, and the tender documentation which is available in the relevant PCS-T project for this procurement exercise.

two.1.5) Estimated total value

Value excluding VAT: £300,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Fencing and Gates

Lot No

3

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45342000 - Erection of fencing
  • 45340000 - Fencing, railing and safety equipment installation work
  • 45421148 - Installation of gates

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes for the dismantling and removal of existing gates and fencing and/or the erection of new metal or timber replacement gates and fencing. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period

subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Flooring

Lot No

4

two.2.2) Additional CPV code(s)

  • 45432111 - Laying work of flexible floor coverings
  • 45432110 - Floor-laying work
  • 50760000 - Repair and maintenance of public conveniences
  • 45321000 - Thermal insulation work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes for the repair, replacement, maintenance and installation of flooring including carpets. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Joinery

Lot No

6

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45421000 - Joinery work
  • 45420000 - Joinery and carpentry installation work
  • 44220000 - Builders' joinery
  • 45421150 - Non-metal joinery installation work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out all services defined as joinery services. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Kitchens

Lot No

7

two.2.2) Additional CPV code(s)

  • 45421151 - Installation of fitted kitchens

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes for repair, replacement, maintenance, installation and upgrades of kitchens. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Painting and Decorating

Lot No

8

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work
  • 45440000 - Painting and glazing work
  • 45442110 - Painting work of buildings
  • 45442180 - Repainting work
  • 45442100 - Painting work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out all services defined as painter and/or decorating services. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Plastering and Ceramic Tiling Works

Lot No

9

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work
  • 45410000 - Plastering work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out all services defined as plasterer work and tiling work. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Renewables (Solar Thermal Panels, Solar Water Heating, PV, Heat Pumps)

Lot No

11

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 45261215 - Solar panel roof-covering work
  • 42511110 - Heat pumps

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes for servicing, planned and reactive maintenance of ground source heat pumps, air source heat pumps, solar thermal panels and (photovoltaic) PV systems. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Roofing

Lot No

12

two.2.2) Additional CPV code(s)

  • 45261900 - Roof repair and maintenance work
  • 45260000 - Roof works and other special trade construction works
  • 45261910 - Roof repair
  • 45261920 - Roof maintenance work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out inspection and/or cleaning of gutters, and repairs and maintenance to all types of roofs. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Ventilation

Lot No

13

two.2.2) Additional CPV code(s)

  • 45331200 - Ventilation and air-conditioning installation work
  • 45331210 - Ventilation installation work
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out the repair, replacement and maintenance of industrial ventilation and ventilation of residential buildings. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Windows and Doors

Lot No

14

two.2.2) Additional CPV code(s)

  • 44221000 - Windows, doors and related items
  • 45421100 - Installation of doors and windows and related components
  • 45421130 - Installation of doors and windows
  • 45421132 - Installation of windows
  • 45421131 - Installation of doors
  • 50700000 - Repair and maintenance services of building installations

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

To carry out all services defined as glazier work. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015. Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.

two.2) Description

two.2.1) Title

Electrical

Lot No

2

two.2.2) Additional CPV code(s)

  • 50711000 - Repair and maintenance services of electrical building installations
  • 71314000 - Energy and related services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland

two.2.4) Description of the procurement

To carry out all services defined as electrician services. Contractors require to be the National Inspection Council for Electrical Installation Contracting (NICEIC) registered (or equivalent) and the electricians must be fully qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015.

For Lot 2 – Electrical, it is a minimum requirement for selection that Tenderers are required to confirm they are registered members of the National Inspection Council for Electrical Installation Contracting or equivalent.

two.2) Description

two.2.1) Title

Heating

Lot No

5

two.2.2) Additional CPV code(s)

  • 50720000 - Repair and maintenance services of central heating
  • 45331000 - Heating, ventilation and air-conditioning installation work
  • 45331100 - Central-heating installation work
  • 50531100 - Repair and maintenance services of boilers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out all services defined as heating engineers services. Contractors require to be Gas Safe registered (or equivalent) in both domestic and commercial applications and the heating engineers must be fully qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015.

For Lot 5 Heating, which requires work on gas appliances, it is a minimum requirement for selection that Tenderers are required to confirm they are registered on the Gas Safe Register

two.2) Description

two.2.1) Title

Plumbing

Lot No

10

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45330000 - Plumbing and sanitary works
  • 45332200 - Water plumbing work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out all services defined as plumber services. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015.

For Lot 10 Plumbing, it is a minimum requirement for selection that Tenderers are required to confirm they are registered members of the Scotland and Northern Ireland Plumbing Employers’ Federation or equivalent.

two.2) Description

two.2.1) Title

Multi-Trades

Lot No

15

two.2.2) Additional CPV code(s)

  • 50700000 - Repair and maintenance services of building installations
  • 45262690 - Refurbishment of run-down buildings
  • 45453100 - Refurbishment work
  • 45440000 - Painting and glazing work
  • 45261900 - Roof repair and maintenance work
  • 50531100 - Repair and maintenance services of boilers
  • 50711000 - Repair and maintenance services of electrical building installations
  • 45421100 - Installation of doors and windows and related components
  • 45410000 - Plastering work

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

To carry out two, some or all services detailed in lots 1-14. Where a multi trades Work Order is awarded the Contractor will be required to supervise and coordinate all the trades under their control to ensure the efficient completion of the Work Order.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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

For Tenderers seeking to be awarded a place on the framework for Lot 15 - Multi-Trades only, it is a minimum requirement for selection that Tenderers are required to confirm they are registered members of the Scotland and Northern Ireland Plumbing Employers’ Federation, National Inspection Council for Electrical Installation Contracting or equivalent and the Gas Safe Register.

two.2) Description

two.2.1) Title

Bathrooms

Lot No

1

two.2.2) Additional CPV code(s)

  • 45211310 - Bathrooms construction work
  • 50760000 - Repair and maintenance of public conveniences

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot includes for the repair, maintenance , installation and upgrades of bathrooms, wet rooms and W.C.’s. Contractors require to be suitably qualified, experienced and competent to carry out the Work Orders issued under this lot.

Whilst this is a national framework which covers all of Scotland, within the Procurement Documents Tenderers are required to select which Geographical Regions they are able to service and offers will be evaluated on this basis. For further information, please see the related procurement documents.

two.2.5) Award criteria

Quality criterion - Name: Technical Quality / Weighting: 40

Price - Weighting: 60

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

Duration in months

48

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: Yes

two.2.11) Information about options

Options: Yes

Description of options

The Framework Contract will run for two years from the commencement date with an option to extend for up to a further 24 month period subject to satisfactory operation and performance.

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) Regulations 2015.

For Lot 1 Bathrooms it is a minimum requirement for selection that Tenderers are required to confirm they are registered members of the Scotland and Northern Ireland Plumbing Employers’ Federation or equivalent.


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

As this proposed framework agreement is divided into lots, these technical and professional ability selection criteria apply separately in

relation to each individual lot.

SPD (SCOTLAND) QUESTIONS 4A.1 - SUITABILITY

The Tenderer must be enrolled in the relevant professional or trade registers kept in its country of establishment. The specifics of those minimum requirements are more particularly described in the procurement documents.

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - Insurance Requirements

SPD (SCOTLAND) QUESTIONS 4B.6 - Other Economic and Financial Requirement

Minimum level(s) of standards possibly required

Tenderers must confirm that they already have, or can commit to obtain prior to the commencement of the Framework Contract, the

following types and minimum levels of insurance cover on terms compatible with the requirements of the Framework Contract:-

EMPLOYERS LIABILITY INSURANCE to a minimum level of 10million GBP, each and every claim.

PUBLIC/PRODUCTS LIABILITY INSURANCE to a minimum level of 10million GBP, each and every claim and in the aggregate for products.

MOTOR VEHICLE INSURANCE to a minimum indemnity level of 5million GBP in respect of third party property damage/unlimited in respect of injury

Tenderers must note that these minimum levels of insurance are required to be awarded onto the framework, however, the Councils may request an increase to the minimum level of insurance cover required or request additional insurance cover when awarding a Work Order

under the Framework Contract.

SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

The Tenderer is required to confirm that a search of the tenderer against "Equifax Protect" will not return a 'Warning' or 'Caution' code or

any neutral code, unless the Tenderer can provide any other documentation which Scotland Excel considers appropriate to prove to

Scotland Excel that the Tenderer does/would not present an unmanageable risk should it be appointed on to the proposed framework agreement.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD (Scotland) Question 4C.1.2 - Services

SPD (Scotland) Question 4C.10 - Subcontracting

SPD (Scotland) Question 4D.1 - Quality Management Procedures

SPD (Scotland) Question 4D.1 - Health and Safety Procedures

SPD (Scotland) Question 4D.2 - Environmental Management Systems or Standards

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off

under the proposed framework agreement.

If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you

must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification

Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES

The tenderer must have the following:

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

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that

the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is

periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and

set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The tenderer must have the following:

The tenderer 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

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This

policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response

procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example

hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES

The tenderer must have the following:

The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS

ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered

membership of the Safety Schemes in Procurement (SSIP) forum.

OR

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 your operations and set out your company's responsibilities

of health and safety management and compliance with legislation.

Further to the description of the selection criteria outlined above, full guidance and the minimum levels of standards required are outlined within the ITT.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework Contract and contracts to be called off thereunder (to the extent

known or settled at this stage), please see the tender documents (details of how to access these are set out in section "I.3, Communication"

of this Contract Notice).

Scotland Excel will require the members of any tendering group of entities (including, but not limited to consortium members, members of

a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the

legal form taken by those entities in order to enter into the contract).

For further information relative to the submission of consortia tenders, tenders by groups of economic operators and sub-contracting, please

refer to the tender documentation which is available in the relevant PCS-T project for this procurement exercise.


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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-024926

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 October 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

Tender must be valid until: 3 April 2023

four.2.7) Conditions for opening of tenders

Date

24 October 2022

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

Scotland Excel is a central purchasing body and is procuring this framework on behalf of the following contracting authorities (and

successor bodies):

A) The 32 local authorities in Scotland as listed at http://www.scotland-excel.org.uk/home/aboutus/ourmembers.aspx

B) Scotland Excel associate members as listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx

C) any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working)(Scotland)Act 2014.

D) Any Scottish Registered Social Landlords listed on the public register of the Scottish Housing Regulator:

http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf as at the date of publication of this notice.

E) Tayside Contracts

F) Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further

education sector in Scotland and their associated and affiliated bodies.

G) Scottish Prison Service (SPS)

H) Scottish National Health Service Authorities and Trusts

I) Transport Scotland

J) Scottish Government and Scottish Central Government Bodies.

The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.

Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement

set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less bidders than

the envisaged maximum number to the proposed framework agreement.

Rebates apply to this framework.

NATIONAL SCHEDULE OF RATES

As further outlined in section 3.5 of the 1821 Information and Instructions to Tenderers inc Evaluation Methodology, it is a requirement of the framework that Tenderers have access to the relevant National Schedule of Rates for each lot that they are bidding for.

Further information regarding the operation of the framework and the tendering requirements can be found within the tender documentation which is available in the relevant PCS-T project for this procurement exercise.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 45426. 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: 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 are requested to agree to the community benefits approach as set out in the ITT. Where agreed, if successful in award onto the

framework and if a Work Order is awarded through the framework, consultants will be required to:

1. Upon award of the Work Order proactively engage with the Council to agree the selection of community benefit outcomes and how

these will be monitored between the parties (including reporting and reviews).

2. Commence implementing the community benefits immediately, or as soon as reasonably possible, upon being appointed a Work Order.

3. Inform Scotland Excel of the selection of community benefit outcomes which have been agreed with the Council and report on the

delivery these on a bi-annual basis in a format prescribed by Scotland Excel.

(SC Ref:702329)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

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 a 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.