Section one: Contracting authority
one.1) Name and addresses
Perth & Kinross Council
2 High Street
Perth
PH1 5PH
Contact
Louise Robinson
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
Housing Term Maintenance 2022 - 2025
Reference number
PKC10995
two.1.2) Main CPV code
- 45211100 - Construction work for houses
two.1.3) Type of contract
Works
two.1.4) Short description
Perth and Kinross Council (“the Purchaser”) are seeking to appoint suitably qualified and experienced Contractors under a multi-lot Framework Agreement to carry out works of a responsive repair nature to all domestic properties owned or occupied by Perth and Kinross Council within the Contract area.
two.1.5) Estimated total value
Value excluding VAT: £5,500,000
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
Plumbing Works
Lot No
1
two.2.2) Additional CPV code(s)
- 45330000 - Plumbing and sanitary works
- 45332000 - Plumbing and drain-laying work
two.2.3) Place of performance
NUTS codes
- UKM77 - Perth & Kinross and Stirling
Main site or place of performance
Perth and Kinross area.
two.2.4) Description of the procurement
General plumber works to water services and waste piping, sanitary ware and fittings, storage tanks, below ground drainage work, including jetting and hand rodding, drain lining.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £360,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Electrical Works
Lot No
2
two.2.2) Additional CPV code(s)
- 45311000 - Electrical wiring and fitting work
- 45310000 - Electrical installation work
- 45317000 - Other electrical installation work
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
General electrical works to wiring and electrical installations, including door entry, AICO smoke detection systems where applicable.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £700,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Joiner Works
Lot No
3
two.2.2) Additional CPV code(s)
- 45421000 - Joinery work
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
General joiner works to fixtures and fittings within domestic properties and external work e.g. fascia’s, soffits, windows, doors and any other external elements when required.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £640,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Builder & Wet Trades
Lot No
4
two.2.2) Additional CPV code(s)
- 45262522 - Masonry work
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
General masonry works, internal and external, working at height.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £420,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Painter and Decorator Works
Lot No
5
two.2.2) Additional CPV code(s)
- 45442110 - Painting work of buildings
- 45442100 - Painting work
- 45442180 - Repainting work
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
General painter works, internal and external, working at height.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
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
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Glazing Works
Lot No
6
two.2.2) Additional CPV code(s)
- 45441000 - Glazing work
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
General glazing works to windows and doors.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £828,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Drainage Works
Lot No
7
two.2.2) Additional CPV code(s)
- 45232452 - Drainage works
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
External drainage works including below ground drainage work, jetting and hand rodding, drain lining
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £752,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Solid Fuel Servicing & Maintenance
Lot No
8
two.2.2) Additional CPV code(s)
- 45232141 - Heating works
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
Annual servicing to all solid fuel systems and general ad-hoc maintenance and repairs including replacement of parts.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Blacksmith Works
Lot No
9
two.2.2) Additional CPV code(s)
- 71550000 - Blacksmith services
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
General smith work including handrails, fencing, gates, components
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £80,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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) Description
two.2.1) Title
Fencing Works
Lot No
10
two.2.2) Additional CPV code(s)
- 45342000 - Erection of fencing
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
General fencing, renewal and repairs to timber fencing.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £80,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for up to a further 12 Months.
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
4A.1 If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders that are applying for the following Lots must confirm that they are registered members of the following organisations:-
Lot 1 – Plumbing
Scottish and Northern Ireland Plumbing Employers Federation (SNIPEF)
Lot 2 – Electrical
The National Inspection Council for Electrical Installation Contracting (NICEIC) or SELECT or ECA.
Lot 8 – Solid Fuel Servicing and Maintenance
Heating & Ventilation Contractors Association (HVCA or Building and Engineering Services Association - BESA), or equivalent, and this must be maintained for the duration of the contract.
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) for the last two financial years:
- Current Ratio
- Net Worth (GBP)
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
4B.4
The acceptable range for each financial ratio is:
- It is expected that the Current Ratio is a minimum of 1.00 for each year, and
the Net Worth of the business will be a Total Net Assets position in each of the 2 years.
The ratio will be calculated as follows:
- Current Ratio = Current Assets divided by Current Liabilities (Current Asset and Current Liability values obtained directly from the Balance Sheet)
- Net Worth (GBP) = Total Assets less Total Liabilities (value obtained directly from the Balance Sheet)
The acceptable range is:
1. Current Ratio - it is expected that the ratio is equal to or greater than 1 for both years, i.e. Current Assets will equal or exceed Current Liabilities. 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.
2. Net Worth - it is expected that the Net Worth will be positive for both years, i.e. a Net Assets position. 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 = 10,000,000 GBP
Public Liability Insurance = 5,000,000 GBP
Professional Indemnity Insurance = 2,000,000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4C.2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years.
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
Provide 2 examples of similar works and should be relevant to the trade or lot that the bidder is tendering for
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
Envisaged maximum number of participants to the framework agreement: 40
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
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 000-013739
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
10 January 2022
Local time
12:00pm
Changed to:
Date
14 January 2022
Local time
12:00pm
See the change notice.
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
10 January 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: January 2026
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20238. 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:
Community Benefits is the term used to refer to a range of 'social issues' including targeted recruitment and training, equal opportunities considerations, supply chain initiatives, awareness raising programmes and community engagement activity which contribute more widely to sustainable procurement.
Sustainable procurement is defined as “a process that achieves value for money on a whole life basis and generates benefits not only to the organisation, but also to society and the economy whilst minimising damage to the environment.”
Perth & Kinross Council is committed to securing Community Benefits from all contracts wherever possible and will require successful Contractors to work with it, as part of the delivery of the services, in transforming the community in a real and sustainable manner.
The provision of Community Benefits will be monitored in regular contract review meetings with Contractors and reported on during the term of the Contract.
(SC Ref:675924)
six.4) Procedures for review
six.4.1) Review body
Perth Sheriff Court
Tay Street
Perth
Country
United Kingdom