Section one: Contracting authority
one.1) Name and addresses
Falkirk Council
The Foundry, 4 Central Park, Central Boulevard
Labert
FK5 4RU
Telephone
+44 1324506566
Country
United Kingdom
NUTS code
UKM76 - Falkirk
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184
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
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.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
www.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
Gas Heating Replacement and Related Gas Services to Council Housing Properties in the Falkirk Area
Reference number
PS/250/24
two.1.2) Main CPV code
- 45331100 - Central-heating installation work
two.1.3) Type of contract
Works
two.1.4) Short description
Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced Gas Safe registered
contractors for the provision of Gas Heating Replacement and Related Gas Services to Council Housing Properties within the Falkirk
Council Area of Operations.
two.1.5) Estimated total value
Value excluding VAT: £3,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50531200 - Gas appliance maintenance services
- 39721410 - Gas appliances
- 39721411 - Gas heaters
- 45333000 - Gas-fitting installation work
- 50720000 - Repair and maintenance services of central heating
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Falkirk Council's area of Operations
two.2.4) Description of the procurement
Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably experienced Gas Safe registered
contractors for the provision of Gas Heating Replacement and Related Gas Services to Council Housing Properties within the Falkirk
Council Area of Operations.
Key aims is the delivery of individual one-off ad-hoc replacement and upgrade of existing gas central heating installations and gas
appliances to existing dwellings timeously and to the required standard, providing a competitive, reliable and customer-focused service.
The works mainly comprise of: -
- Complete central heating replacement systems on an individual “one off” ad-hoc basis – approx. 200 properties per year.
- Minor replacement works e.g., boiler, fire replacements, removal and reinstate/relocation of radiators, gas meters & associated pipework – approx. 1100 properties per year.
- The complete stripping out on an ad-hoc basis of existing and installation of new gas central heating systems to dwellings.
- Associated builders work including catchment areas, electrical connections etc.
This is a framework agreement to which a maximum of up to 5 contractors will be appointed. In practice The Authority may therefore utilise a number of organisations for provision of the service dependent on price, availability and local circumstances.
two.2.5) Award criteria
Quality criterion - Name: Qualitative / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 April 2024
End date
31 March 2028
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015
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
1. All organisations and gas engineers must be registered members of Gas Safe.
2. Contractors, and any proposed sub-Contractors, shall be registered members of of either the National Inspection Council for Electrical Installation Contractors (NICEIC) or Scotland’s Trade Association for the Electrical Industry (SELECT), with all operatives to be BS7671:2018(Amended 2022), 18th Edition trained and up to current standard (including any subsequent amendments).
3. It is a requirement of this tender that if the Bidder is UK based they must hold a valid registration with Companies House. Where the
Bidder is UK based but not registered at Companies House they must be able to verify to the Council’s satisfaction that they are trading
from the address provided in the tender and under the Company name given.
three.1.2) Economic and financial standing
List and brief description of selection criteria
A Credit safe credit scoring check will be ran on registered Company Name and Company Number provided by the bidder. Where the
resulting Credit Rating score is less than 30/100 the bidder may be excluded from the tender process unless suitable financial information is
provided that gives satisfactory assurances to the Council regarding financial risk in appointing the bidder to the contract
Minimum level(s) of standards possibly required
Employer’s (Compulsory) Liability Insurance = 10 Million GBP
Public Liability Insurance = 10 Million GBP
Product Liability Insurance = 10 Million GBP
Motor Insurance = 5 Million GBP
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
As listed within the tender documentation
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) 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: 5
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
Originally published as:
Date
27 November 2023
Local time
11:00am
Changed to:
Date
4 December 2023
Local time
11:00am
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
27 November 2023
Local time
11:00am
Place
Falkirk
Information about authorised persons and opening procedure
Tender Opening Committee comprising Council Procurement Adviser
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: October 2027
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
1. The contractor or any proposed sub-contractor is to undertake all Gas Installations and related Gas Services in accordance with the current Gas Safe Installation and Use regulations 1998,(GSIUR 1998).
2. Any Electrical work undertaken will be carried out in accordance with the current IET regulations; including completion of appropriate or equivalent NICEIC/SELECT certification, and shall also include certification appropriate to any remedial services required to BS7671:2018 (Amended 2022) 18th Edition and any subsequent amendments thereto.
3. Bidders will be required to provide 3 examples from the past 5 years that demonstrate that they have the relevant experience to deliver the services/ supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
5. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN
ISO 9001 (or equivalent), or provide additional supportive information as detailed within Document 3 "PS 250 24 SPD (Scotland)
Standardised Statements".
6. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with ISO
45001:2018 (or equivalent) or provide additional supportive information as detailed within Document 3 "PS 250 24 SPD (Scotland)
Standardised Statements".
7. The Bidder 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 provide additional supportive information as detailed within Document 3 "PS 250 24 (Scotland) Standardised Statements".
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=746986.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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:
(a) Contractor Ranked No. 1 following evaluation will be required to provide one Modern Apprenticeship (MA), or equivalent, within four months from award of the contract who is obtained from a source agreed by the Council. The Contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start. The MA placement can be across a range of disciplines to be determined by the successful Provider.
(b) All other Contractors on the Framework whose cumulative level of spend is greater than 200k GBP during the term of the agreement will be required to provide at least twelve (No. 12) weeks of paid work experience. The contractor will be required to meet with Falkirk Council’s Employment and Training Unit to discuss implementation prior to contract start.
(SC Ref:746986)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=746986
six.4) Procedures for review
six.4.1) Review body
Falkirk Sheriff Court and Justice of the Peace
Sheriff Court House Main Street Camelon
Falkirk
FK1 4AR
Country
United Kingdom