Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Laura Gillan
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