Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1QE
Contact
Ann Conway
Telephone
+44 1382433401
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
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
Service & Maintenance of Smoke Ventilation Systems
Reference number
DCC/CD/174/24
two.1.2) Main CPV code
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
two.1.3) Type of contract
Services
two.1.4) Short description
The works shall comprise the inspection, testing, certification, written reporting and subsequent servicing and maintenance of the smoke ventilation systems and all associated equipment within various Dundee City Council properties, along with minor and urgent repair works which may have not been foreseen (e.g.: arising from deterioration or damage).
two.1.5) Estimated total value
Value excluding VAT: £190,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 50712000 - Repair and maintenance services of mechanical building installations
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee
two.2.4) Description of the procurement
The works shall comprise the inspection, testing, certification, written reporting and subsequent servicing and maintenance of the smoke ventilation systems and all associated equipment within various Dundee City Council properties, along with minor and urgent repair works which may have not been foreseen (e.g.: arising from deterioration or damage).
two.2.5) Award criteria
Quality criterion - Name: Compliance with Specification of Requirements / Weighting: Pass/Fail
Quality criterion - Name: CDM Construction, Design and Management Regulations 2015 / Weighting: Pass/Fail
Quality criterion - Name: Duty of Care, Health and Safety & Risk Management / Weighting: Pass/Fail
Quality criterion - Name: Site Specific Risk Assessment and Method Statement / Weighting: Pass/Fail
Quality criterion - Name: Health and Safety / Weighting: Pass/Fail
Quality criterion - Name: Resourcing / Weighting: Pass/Fail
Quality criterion - Name: Environment / Weighting: Pass/Fail
Quality criterion - Name: Resourcing of Requirements – contract resourcing / Weighting: 15
Quality criterion - Name: Resourcing of Requirements- development / Weighting: 5
Quality criterion - Name: Continuous Improvement – Customer Care / Weighting: 6
Quality criterion - Name: Continuous Improvement – Feedback / Weighting: 3
Quality criterion - Name: Resourcing of Requirements - timescales / Weighting: 8
Quality criterion - Name: Resourcing of Requirements - disruption / Weighting: 5
Quality criterion - Name: Resourcing of Requirements – emergency call out / Weighting: 10
Quality criterion - Name: Resourcing of Requirements- Programme of works / Weighting: 5
Quality criterion - Name: Community Benefits / Weighting: 1.5
Quality criterion - Name: Fair Work First / Weighting: 1.5
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £190,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
2 years, then a further 2 years
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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
All electrical work shall be carried out by a Contractor within an approved body such as National Inspection Council for Electrical Installation Contracting (NICEIC) and/or the Trade Association or equivalent – a copy of Company accreditation should be supplied with the returned Tender.
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:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.
The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability.
three.1.3) Technical and professional ability
List and brief description of selection criteria
All electrical work shall be carried out by a Contractor within an approved body such as National Inspection Council for Electrical Installation Contracting (NICEIC) and / or a Trade Association or equivalent as approved by Dundee City Council – A copy of the Contractors valid certification must be returned with the Tender submission.
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
19 December 2024
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
Tender must be valid until: 21 April 2025
four.2.7) Conditions for opening of tenders
Date
19 December 2024
Local time
12:30pm
Place
Dundee
Information about authorised persons and opening procedure
Procurement Category Officer
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: This will be re-procured in 7 years if extension options are utilised.
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
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=783681.
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:
It is a contract requirement for contractors to deliver the specified number of Community Benefit Outcomes for the duration of this
contract. This will be calculated at a rate of 1 outcome per 100,000 GBP of spend.
Please confirm your commitment to deliver Community Benefit activity and indicate what types of Community Benefit activity you intend
to deliver
If this is to include Community Wishes, please note that a link to the live system is below.
https://wishes.dundeecity.gov.uk/wishes-requested
Note that as the system is live those specific wishes may not be available at contract award. If this is the case another wish should be
selected.
(SC Ref:783681)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=783681
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court & Justice of the Peace Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Dundee Sheriff Court & Justice of the Peace Court
6 West Bell Street
Dundee
DD1 9AD
Telephone
+44 1382229961
Country
United Kingdom
Internet address
six.4.4) Service from which information about the review procedure may be obtained
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH11 3XP
Telephone
+44 1314443300
Country
United Kingdom