Tender

Framework Agreement for Non Reactive Builders Work for Housing Services

  • East Renfrewshire Council

F02: Contract notice

Notice identifier: 2021/S 000-030954

Procurement identifier (OCID): ocds-h6vhtk-030061

Published 13 December 2021, 2:04pm



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Email

may.harvey-welsh@eastrenfrewshire.gov.uk

Telephone

+44 1415773669

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

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

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

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

Framework Agreement for Non Reactive Builders Work for Housing Services

Reference number

ERC000007

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

Framework Agreement for Non Reactive Builders Work for Housing Services

two.1.5) Estimated total value

Value excluding VAT: £3,700,000

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

Roofing Works

Lot No

2

two.2.2) Additional CPV code(s)

  • 45261900 - Roof repair and maintenance work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Roofing Works, Remove, Repair, Alter, Replace, Reinstatement and Maintenance of Roofing works.

two.2.5) Award criteria

Quality criterion - Name: Customer Care / Weighting: 50

Quality criterion - Name: Technical Questions / Weighting: 35

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Start date

1 June 2022

End date

31 May 2024

This contract is subject to renewal

Yes

Description of renewals

Two 12 months extensions are available following the initial 2 year period.

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

Quality weighting above are sub weighting and the overall weighting for quality is 60.

two.2) Description

two.2.1) Title

Gutter Cleaning and Repair

Lot No

3

two.2.2) Additional CPV code(s)

  • 45261320 - Guttering work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Gutter Cleaning & Repairs, Gutter cleaning and minor gutter repairs.

two.2.5) Award criteria

Quality criterion - Name: Customer Care / Weighting: 50

Quality criterion - Name: Technical Questions / Weighting: 35

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Start date

1 June 2022

End date

31 May 2024

This contract is subject to renewal

Yes

Description of renewals

Two 12 months extensions are available following the initial 2 year period.

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

Quality weighting above are sub weighting and the overall weighting for quality is 60.

two.2) Description

two.2.1) Title

Damp and Rot Works

Lot No

4

two.2.2) Additional CPV code(s)

  • 45262600 - Miscellaneous special-trade construction work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Damp & Rot works, associated enabling works, inspections and repairs as identified as defects from a site survey

two.2.5) Award criteria

Quality criterion - Name: Customer Care / Weighting: 50

Quality criterion - Name: Technical Questions / Weighting: 35

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Start date

1 June 2022

End date

31 May 2024

This contract is subject to renewal

Yes

Description of renewals

Two 12 months extensions are available following the initial 2 year period.

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

Quality weighting above are sub weighting and the overall weighting for quality is 60.

two.2) Description

two.2.1) Title

Flooring Works

Lot No

5

two.2.2) Additional CPV code(s)

  • 44112200 - Floor coverings

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Flooring, Remove, renew, replace, repair and maintenance of surface finishes for Flooring works

two.2.5) Award criteria

Quality criterion - Name: Customer Care / Weighting: 50

Quality criterion - Name: Technical Questions / Weighting: 35

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £100,000

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

Start date

1 June 2022

End date

31 May 2024

This contract is subject to renewal

Yes

Description of renewals

Two 12 months extensions are available following the initial 2 year period.

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

Quality weighting above are sub weighting and the overall weighting for quality is 60.

two.2) Description

two.2.1) Title

Decoration Works

Lot No

6

two.2.2) Additional CPV code(s)

  • 45451000 - Decoration work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

Decoration, Removal of existing finishes, preparation of surfaces and decoration for painter work.

two.2.5) Award criteria

Quality criterion - Name: Customer Care / Weighting: 50

Quality criterion - Name: Technical Questions / Weighting: 35

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £400,000

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

Start date

1 June 2022

End date

31 May 2024

This contract is subject to renewal

Yes

Description of renewals

Two 12 months extensions are available following the initial 2 year period.

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

Quality weighting above are sub weighting and the overall weighting for quality is 60.

two.2) Description

two.2.1) Title

General Builders Work

Lot No

1

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

General Builders work, Down takings, Repairs, Alterations, Refurbishment, Replacement, Reinstatement for Builders work projects.

two.2.5) Award criteria

Quality criterion - Name: Customer Care / Weighting: 50

Quality criterion - Name: Technical Questions / Weighting: 35

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £1,000,000

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

Start date

1 June 2022

End date

31 May 2024

This contract is subject to renewal

Yes

Description of renewals

Two 12 months extensions are available following the initial 2 year period.

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

Quality weighting above are sub weighting and the overall weighting for quality is 60.


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

Bidders wishing to be considered for lot 2 roofing works will be asked to evidence that they are a member of either the National Federation of Roofing Contractors (NFRC) or the Confederation of Roofing Contractors to be considered for this lot. This will be a mandatory requirement, bidders unable to evidence such accreditation will not be considered further.

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

To establish the financial standing of a bidder, the Council will:

Take into account a risk report provided independently by Creditsafe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. Where the score is 30+ the Council will consider all information available from the report.

Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.

It should be noted that in addition to the above checks the Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial standing. The final decision on bidder inclusion rests with the Council.

The successful tender will be expected to maintain a Creditsafe level of 30+ throughout the contract period. The offer of any extension to the contract will be dependent on an acceptable crediting rating of 30+. The council reserve the right to terminate the contract should the financial standing decline to an unacceptable level.

Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission.

The Council also may use the SPD (Scotland) questions under Part IV. Section B to assess bidders’ financial standing. If used, further information can be found in the Contract Notice.

Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission.

The Council also may use the SPD (Scotland) questions under Part IV. Section B to assess bidders’ financial standing. If used, further information can be found in the Contract Notice.

It should be noted that the maximum business that can be passed to a sub-contractor or members of a consortia under this contract cannot be more than 50% of their annual turnover. The council reserves the right to request evidence of the other SPD areas in relation to the selection criteria of suitability, economic and financial standing and quality assurance schemes and environmental management standards. For the avoidance of doubt where a subcontractor or participants of a group who meet the compulsory exclusions grounds shall be replaced at the request of the Council and the Council may request the replacement where the discretionary exclusion grounds are met.

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

The form of contract for the Framework Agreement shall be the SBCC Framework Agreement 2014.

The form of contract for the appointment of lots 1 to 6 will be the SBCC Measured Term Contract for use in Scotland (2011 edition).


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

Date

11 February 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: 11 May 2022

four.2.7) Conditions for opening of tenders

Date

11 February 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: initial contract including extensions ends 31 May 2026.

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

Bidders should note that all questions relevant to this exercise should be posted using the Message Board facility for this project.

Please ensure that all documentation is read thoroughly.

Please note that the dates on this notice are indicative and subject to change.

All values indicated are indicative figure only and no guarantee is given with regard to the Council’s overall uptake of any resulting

contract.

Bidders are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing

time and date to avoid any last minute problems.

East Renfrewshire Council reserves the right inline with Regulation 72 of the Public Contracts (Scotland) Regulations 2015, to modified any awarded contract without a new procurement procedure.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19693. 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:

Successful suppliers will be expected to embrace the Council’s Community Benefits ethos and will work with East Renfrewshire Council to deliver Community Benefits where they have been identified throughout the term of the contract.

A Community Benefit is intended to improve the economic, social or environmental wellbeing of the authority’s area in a way additional to the main purpose of the contract in which the requirement is included.

A guidance document has been developed to provide a common and consistent experience for suppliers in relation to the Community Benefits Process at East Renfrewshire Council and will be uploaded into the eTender system for your perusal.

Details have been provided below as to the anticipated community benefit points to be delivered over the initial 2 year framework period. It is however up to each Tenderer to decide what Community Benefit outcomes they wish to offer from this list and the number of points they will provide in doing so.

There is no limit on the Community Benefits that a Tenderer may offer and the total Community Benefits Points for these may exceed the stated expectation. However, please note that the maximum score that can be achieved for Community Benefits outcomes is based on evaluation of the Community Benefit points in conjunction with accompanying method statements.

Each Community Benefit outcome must be supported with an outline Community Benefits method statement setting out how the Community Benefits offered will be achieved. It is expected that tenderers will propose a named individual who will have responsibility for delivery of community benefits and they should also be assessed as part of the evaluation of community benefits.

Lot 1 – 10 points every 2 years

Lot 2 – 10 points every 2 years

Lot 3 – 5 points every 2 years

Lot 4 – 5 points every 2 years

Lot 5 – not applicable for this lot

Lot 6 – 5 points every 2 years

(SC Ref:676204)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court and Justice of the Peace Court

St James Street

Paisley

PA3 2HW

Email

paisley@scotcourts.gov.uk

Telephone

+44 1418875291

Country

United Kingdom

Internet address

www.scotcourts.gov.uk/the-courts/court-locations/paisley-sheriff-court-and-justice-of-the-peace-court