Contract Notice (below OJEU threshold)
Section I: Contracting Change
authority
I.1) Name and addresses
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Housing and community amenities
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Gas Safety Audits
Reference number: RCH511
II.1.2) Main CPV code
50531200
II.1.3) Type of contract
Works
II.1.4) Short description
River Clyde Homes (RCH) requires to procure an experienced and competent consultant, to undertake Gas Safety Audits of the servicing and repair works carried out by our Gas Servicing & Maintenance provider. It is envisaged that Audits will be undertaken on 10% of all our contractors’ servicing and repair jobs, which equates to approximately 35 Audits per month.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
76100000
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
River Clyde Homes (RCH) requires to procure an experienced and competent consultant, to undertake Gas Safety Audits of the servicing and repair works carried out by our Gas Servicing & Maintenance provider. It is envisaged that Audits will be undertaken on 10% of all our contractors’ servicing and repair jobs, which equates to approximately 35 Audits per month.
II.2.5) Award criteria
Criteria below:
Quality criterion: Methodology & Approach
/ Weighting: 30.00%
Quality criterion: Example Audit Certificate & Management Report
/ Weighting: 20.00%
Quality criterion: Fair Work Practices
/ Weighting: 5.00%
Quality criterion: Community Benefits
/ Weighting: 5.00%
Price
/ Weighting:
40.00%
II.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 will run for an initial 2-year period. RCH may wish, at its sole discretion, to extend any resultant agreement for a further 2, 12 month periods subject to the agreement of the successful bidder.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
N/A
III.1.2) Economic and financial standing
List and brief description of selection criteria:
ESPD question 4B.5.1
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 and levels of insurance indicated below:
Employers Liability Insurance = 5m GBP
Bidders should indicate whether they hold the required cover in the table provided within the ESPD
ESPD question 4B.5.2
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 and levels of insurance indicated below:
Public Liability Insurance = 5m GBP
Bidders should indicate whether they hold the required cover in the table provided within the ESPD.
Minimum level(s) of standards required:
ESPD Question 4B.6
The bidder’s company name and registration number will be used to obtain a financial risk assessment report from Dun & Bradstreet. Only companies, that are deemed to be financially stable by RCH’s Finance Department, on the strength of their financial report will be eligible to be a party to the contract. It is the tenderers responsibility to ensure that the information held by Dun & Bradstreet is up to date at the time of submission. If you prefer to have this assessment carried out in respect of a guarantor, such as an ultimate parent body, then you may elect for this option and details of the guarantor should be provided. Bidders should provide their company registration number in the space provided in the ESPD.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
ESPD Question 4C.1.2
Bidder's will be required to provide three examples of the successful delivery of contracts that are close in nature and scope to RCH’s requirement. Bidders require to describe the scope of the contracts, what their responsibilities are / were, what the scale of the contract was, and how they have performed within the contract. Bidders are also required to provide written references with their tender response from two of the three clients listed. The references should provide a summary of the works undertaken and indicate the clients own satisfaction levels with the quality of service they received(Pass/Fail)
ESPD Question 4C.2
Bidders are required to provide details of the onsite engineers available to service the contract in the event of a successful bid. The staff member’s core skills, qualifications, accreditations, experience and competencies should be provided. All engineers must be qualified to carry out gas servicing and maintenance to domestic heating systems and hold a Gas Safe ID card. (Pass/Fail)
ESPD Question 4C.6.1
Bidders are required to provide details of the relevant experience, and educational and professional qualifications held by its managerial staff. (Pass/Fail)
ESPD Question 4C.10
Bidders are required to provide details of the proportion of the contract that they intend to subcontract, and provide details of the sub-contractors they intend to sub-contract these works to. If the bidder has decided to subcontract a core part of the contract then a separate ESPD for such subcontractors must be completed.
ESPD Question 4D.1
Bidders must be able to produce certificates drawn up by independent bodies attesting that the bidder holds a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent(Pass/Fail)
And
Bidders must be able to provide evidence that their company is Gas Safe registered
And
Prior to any contract award the preferred bidder will require to provide a robust Health & Safety Policy; a Risk & Method statement and details of any HSE Breaches, and RIDDOR statistics. Only companies who are deemed safe by the Health & Safety Team will be awarded a contract with RCH. (Pass/Fail)
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Key Performance Indicators which require to be met throughout the lifecycle of the contract are detailed within the tender document.
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
15/11/2019
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
15/11/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
November 2023
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Tenders must be submitted via the Public Contracts Scotland (PCS) Electronic Tender Post Box. Any response not submitted via the Post Box will not be considered. Any queries in relation to the tender must be raised via the 'Question & Answer' function of the PCS website.
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=602932.
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.
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:
Bidders require to set out what specific, tangible, community benefits they will bring to the Inverclyde area in the event of a successful bid. These benefit's may address (but are not limited to), targeted recruitment & training; equal opportunities; supply-chain initiatives; environmental initiatives (recycling), community consultation; contributions to education; the promotion of social enterprises; and resources for community initiatives. These benefits must be specific to this contract and not part of a wider Corporate Social Responsibility (CSR) programme. 5% of the total tender score will be allocated to this award criterion.
(SC Ref:602932)
VI.4) Procedures for review
VI.4.1) Review body
River Clyde Homes
Roxburgh House, 102-112 Roxburgh Street
Greenock
PA15 4JT
UK
Telephone: +44 8000132196
Internet address(es)
URL: http://riverclydehomes.org.uk
VI.5) Date of dispatch of this notice
01/11/2019