Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Rebecca Park
rebecca.park@renfrewshire.gov.uk
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
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
PTHR - Stage Lighting and Loose AV Equipment
Reference number
RC-CPU-22-171
two.1.2) Main CPV code
- 32321200 - Audio-visual equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
Renfrewshire Council is seeking a suitably experienced contractor to supply, deliver and install stage lighting and loose AV equipment as part of the Paisley Town Hall Refurbishment project.
Full details are contained in the ITT document as contained in the general attachments area on PCS-t.
two.1.5) Estimated total value
Value excluding VAT: £276,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 32321300 - Audio-visual materials
- 32351300 - Audio equipment accessories
- 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
- 31500000 - Lighting equipment and electric lamps
- 31520000 - Lamps and light fittings
- 31527000 - Spotlights
- 31527260 - Lighting systems
- 31527270 - Platforms lighting
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Paisley Town Hall, Paisley, Renfrewshire
two.2.4) Description of the procurement
Renfrewshire Council is using the open procedure for above GPA threshold supply contracts to procure a contractor for the supply, delivery and installation of the stage lighting and loose AV equipment at the Paisely Town Hall.
The Council require a suitably experienced contractor to propose supply the equipment, propose the optimum layout for the equipment in alignment with the fitted AV system, installing the stage lighting and AV equipment and providing One Ren's technical officers training on the use of the system installed.
The Contractor must prepare to install the by 30 April 2023 though this may be delaying until end May 2023.
Full details on the Council's requirements and supporting documentation can be found in the ITT document contained in the general attachments area on PCS-t
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 30
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
6 March 2023
End date
30 April 2023
This contract is subject to renewal
Yes
Description of renewals
The contract expiry date may be extended where there are delays to the practical completion of the main works in the Paisley Town Hall Refurbishment Project which impact on the commencement of the loose AV installation.
two.2.10) Information about variants
Variants will be accepted: Yes
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
The Tenderer must be registered or enrolled in the relevant trade register kept in the Member State of its establishment as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
Tenderers should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Failure to do so may result in the Tenderer being disqualified from the process
three.1.2) Economic and financial standing
List and brief description of selection criteria
Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:
- Employers Liability – statutory minimum 5m GBP, each and every claim (and no relevant working at height restriction)
- Public and products liability – minimum 5m GBP, each and every claim, but in the aggregate for products
- Statutory motor vehicle cover, with a valid MV certificate in the company name and no less than 5m GBP for property damage cover OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes.
It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their SPD Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status; the Tenderer should give an explanation within the SPD Submission, together with any relevant supporting independent evidence.
Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size.
Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed.
Minimum level(s) of standards possibly required
Tenderers must self-declare as part of the SPD (Scotland), as contained in the Qualification Envelope that they will have the requested insurance cover as detailed in this document, the SPD and Contract Notice, or commit to obtain the insurance prior to the commencement of the Contract.
If Tenderers do not currently hold this level of cover they may in the SPD (Scotland) state that in the event of being successful in the procurement process for a Contract, the required insurance cover will be put in place. Evidence of the required insurance cover will be a condition of entering into a Contract. It is condition of the Contract that these minimum indemnity levels be held for the duration of the Contract and updated evidence will be required on the insurance renewal date.
Tenderers unable to commit to obtain the levels of insurance detailed above will be assessed as a FAIL and be excluded from the competition.
Tenderers who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and may be excluded from the Procurement Process.
Tenderers who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the SPD Submission deadline may be assessed as a FAIL and may be excluded from the Procurement Process.
Tenderers that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the SPD Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a FAIL and will be excluded from the Procurement Process.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 - Tenderers are required to provide two (2) examples of supplies and services carried out within the past three (3) years that demonstrate that they have the relevant experience to deliver supply and installation services similar in scope, scale and duration to that described in the Specification of Requirements.
Examples should include:
- Name of project with brief description and duration, including start and end dates (month/ year) it was carried out,
- Name of Client,
- Name of contact within the Client’s organisation and their contact details, who may be contacted for further information, and Brief description of whether, or not, the project was completed on time and within budget
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 documented policies and procedures as set out in the ITT document Part 4 D.1 (Quality Assurance) Minimum Requirements.
Evidence of appropriate health and safety procedures, policies and documentation with example risk assessments for manual handling, working at height and other key risks associated with the nature and scope of the contract requirements.
Minimum level(s) of standards possibly required
Tenderers unable to submit examples which demonstrate relevant experience in at least two (2) projects similar in scope and scale to the Specification of Requirements will not be considered.
Tenderers unable to meet the minimum requirements for quality management system certification will be assessed as a FAIL and will be excluded from the competition.
Tenderers unable to submit sufficient Health and Safety certification will be assessed as a FAIL and will be excluded from the competition.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Refer to ITT - the Council has included requirement for community benefits
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.1.8) 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
12 December 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
Duration in months: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
12 December 2022
Local time
12:00pm
Place
Electronic Opening
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22822. 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:
Refer to ITT for types of community benefits that may be offered. Clauses will be associated with performance and delivery of community benefits.
(SC Ref:713136)
six.4) Procedures for review
six.4.1) Review body
Refer to Section VI.4.3
Refer to Section VI.4.3
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 breach of duty under the Public Contract (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH1 1RQ
Country
United Kingdom