Opportunity

PAS2035 Retrofit Works (Housing Investment and Regeneration Programmes)

  • Renfrewshire Council

F02: Contract notice

Notice reference: 2021/S 000-032228

Published 23 December 2021, 2:25pm



The closing date and time has been changed to:

14 February 2022, 12:00pm

See the change notice.

Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Laura Gillan

Email

laura.gillan@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 to the above-mentioned address

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

PAS2035 Retrofit Works (Housing Investment and Regeneration Programmes)

Reference number

RC-CPU-21-318

two.1.2) Main CPV code

  • 45260000 - Roof works and other special trade construction works

two.1.3) Type of contract

Works

two.1.4) Short description

This contract is for the supply and installation of retrofit external works to existing residential wholly Council owned properties and mixed tenure blocks to improve their energy efficiency.

The Service will be instructed as required by Task Orders.

The Contractor:

Acts as Retrofit Installer as defined in PAS 2030: 2019 Specification for the installation of energy efficiency measures in existing dwellings and insulation in residential park home (hereinafter "PAS 2030");

Supplies and installs energy efficiency retrofit works, external works, and supporting survey services;

Is responsible for managing the delivery of the service and the integration of the works with existing properties; and

Manages the interfaces of the works with, and meets all administration requirements of, ECO Funding scheme (as may be amended or replaced from time to time).

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45320000 - Insulation work
  • 45210000 - Building construction work
  • 45260000 - Roof works and other special trade construction works

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Renfrewshire Council Local Authority Area

two.2.4) Description of the procurement

This contract is for the supply and installation of retrofit external works to existing residential wholly Council owned properties and mixed tenure blocks to improve their energy efficiency.

The Service will be instructed as required by Task Orders.

The Council requires a single contractor to act as Retrofit Installer as defined in PAS 2030:2019 Specification for the installation of energy efficiency measures in existing dwellings and insulation in residential park home (hereinafter “PAS 2030”, supply and install energy efficiency retrofit works, external works, and supporting survey services, be responsible for managing the delivery of the service and the integration of the works with existing properties and manage the interfaces of the works with, and meets all administration requirements of, ECO Funding scheme (as may be amended or replaced from time to time).

two.2.5) Award criteria

Quality criterion - Name: Methodology and Approach / Weighting: 15

Quality criterion - Name: Delivering Value / Weighting: 5

Quality criterion - Name: PV Installation / Weighting: 2.5

Quality criterion - Name: Owner and Tenant Issues / Weighting: 2.5

Quality criterion - Name: Community Benefit Outcome Menu / Weighting: 7

Quality criterion - Name: Community Benefits Supporting Methodology / Weighting: 3

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

Price - Weighting: 60

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Contract term is 2 years with the Council having the option to extend for up to 12 months on two (2) separate occasions, subject to satisfactory operation and performance.

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

Selection criteria as stated in the procurement documents.

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

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

This Contract will include performance conditions relation to fair work first and community benefits. The tender requests mandatory employment community benefits and scored community benefits.


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

Originally published as:

Date

9 February 2022

Local time

12:00pm

Changed to:

Date

14 February 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

Tender must be valid until: 8 July 2022

four.2.7) Conditions for opening of tenders

Date

9 February 2022

Local time

12:00pm

Place

Tender submissions will be opened remotely at home using an opening committee on PCS-T with two procurement officers.

Information about authorised persons and opening procedure

Tender submissions will be opened remotely at home using an opening committee on PCS-T with two procurement officers.


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 Recommended Tenderer will be required to provide at Request for Documentation stage the following documents:

Health and Safety Questionnaire and supporting information

S1 Equalities Questionnaire

S2 Equalities Declaration

S3 Tender Compliance Certificate

S4 No Collusion Certificate

S5 Prompt Payment Certificate

S6 Waste Carrier

S8 Works Scorecard

S9 List of Proposed Sub-Contractors

S10 Parent Company Guarantee

Consortium Guarantee

QMS certification/policy

EMS certification/policy

Insurance certification

CPU BACS Form 240220

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20338. 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:

http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

Please refer to the Invitation to Tender document for more information on Community Benefit requirements.

This procurement includes mandated employment community benefits, scored community benefits and voluntary community benefits.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20362. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not Applicable

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Not Applicable

(SC Ref:677908)

six.4) Procedures for review

six.4.1) Review body

Please refer to VI.4.3 below

UK

UK

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Please refer to VI.4.3 below

UK

UK

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 Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.

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