Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
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.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
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Development and implementation of interim domestic standard 6.1 compliance and EPC tools for Scotland
Reference number
722874
two.1.2) Main CPV code
- 71314200 - Energy-management services
two.1.3) Type of contract
Services
two.1.4) Short description
Development and implementation of interim domestic standard 6.1 compliance and EPC tools for Scotland.
The development of the tools will require the production of Standard 6.1 compliance and EPC production ‘wrappers’ to operate with the UK Government’s Home Energy Model (HEM). For the purposes of this specification these will be referred to as ‘Scottish Homes Standard (SHS) Wrapper’ and ‘EPC Wrapper’ respectively.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71314300 - Energy-efficiency consultancy services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Development and implementation of interim domestic standard 6.1 compliance and EPC tools for Scotland
The aim of this project is the development and implementation of domestic building standards Standard 6.1 energy demand compliance calculation and EPC production tools
The development of the tools will require the production of Standard 6.1 compliance and EPC production ‘wrappers’ to operate with the UK Government’s Home Energy Model (HEM). For the purposes of this specification these will be referred to as ‘Scottish Homes Standard (SHS) Wrapper’ and ‘EPC Wrapper’ respectively.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 80
Price - Weighting: 20
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
This contract is subject to renewal
Yes
Description of renewals
A three month extension option has been included in the contract
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
List and brief description of selection criteria Statement for 4B.4: Bidders must demonstrate a current ratio of no less than 1. Current ratio
will be calculated as follows: total current assets divided by total current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
Bidders who do not comply with the above financial requirements but are part of a group, can provide a parent guarantee if the parent
company satisfies the financial requirements stipulated above.
Statement for 4B.5
It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded
contract, the types of insurance indicated below:
Employer's (compulsory) liability insurance = 1 000 000 GBP.
Public liability insurance = 1 000 000 GBP.
Professional indemnity insurance = 5 000 000 GBP.
three.1.3) Technical and professional ability
List and brief description of selection criteria
List and brief description of selection criteria:
4C.1.2: Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as
described in part II.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
4c.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
4C.4 -
If bidders intend to use a supply chain to deliver the requirements detailed in the
Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a
resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the
supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment
performance.
4C.7 -
Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:
Evidence that their organisation has taken steps to build their awareness of the climate change emergency and consideration of how they will respond. This should include details of planned projects and actions to reduce the bidder’s carbon emissions
three.2) Conditions related to the contract
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
4 December 2024
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 December 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
In the event that service exceeds the initial budget of 125,500.00 the Scottish Government will have the discretion to increase budget to a maximum of 200,000.00
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27931. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27931. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:782322)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom