Notice Information
Notice Title
Property Monitoring and Design Support for HEEPS ABS Programme
Notice Description
2. Renfrewshire Council are seeking to engage Specialist Consultants to advise the Council on energy efficiency within our own building stock in light of changing legislation and the need to optimise building performance against an increasingly complex range of outcomes and our obligations under the Scottish Governments Home Energy Efficiency Programme Area Based Schemes or HEEPS ABS.
Lot Information
Lot 1
Renfrewshire council requires a minimum of six investigations, two per annum, the scope of which will be agreed in each case, but that undertake to monitor, evaluate and propose recommendations as to who our External Wall Insulation (EWI) Programme. This is partly funded partly by the Home Energy Efficiency Programme Area Based Schemes or HEEPS ABS, and the council require to understand how these works can be modified or improved in order to provide best value for money. The main scope of works will be to monitor existing building types, which will be agreed at the start of the contract, over the course of a calendar year. The data from these properties will be collected on energy (heating and electricity) consumption, environmental conditions (which must comprise at least temperature, relative humidity and CO2 monitoring as a minimum) along with physical tests to establish basic building fabric performance such as air pressurisation, insitu 'U'-value, thermography as well as heating and ventilation system checking. The monitoring will take place across the heating season for each investigation. In addition the council will require the successful consultants to engage with occupants and design and procurement teams to cross-reference quantitative data with qualitative information about procurement strategies, occupancy patterns, control preferences and feedback.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000535820
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313849
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71314300 - Energy-efficiency consultancy services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Mar 20187 years ago
- Submission Deadline
- 29 Mar 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 25 Apr 2018 - 31 Mar 2021 2-3 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- euan.walker@renfrewshire.gov.uk
- Contact Phone
- +44 1416187791
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313849
Property Monitoring and Design Support for HEEPS ABS Programme - 2. Renfrewshire Council are seeking to engage Specialist Consultants to advise the Council on energy efficiency within our own building stock in light of changing legislation and the need to optimise building performance against an increasingly complex range of outcomes and our obligations under the Scottish Governments Home Energy Efficiency Programme Area Based Schemes or HEEPS ABS.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000535820-2018-03-19T00:00:00Z",
"date": "2018-03-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000535820",
"initiationType": "tender",
"parties": [
{
"id": "org-13",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "euan.walker@renfrewshire.gov.uk",
"telephone": "+44 1416187791",
"faxNumber": "+44 1416187050",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-60",
"name": "Please see section VI.4.3 below",
"identifier": {
"legalName": "Please see section VI.4.3 below"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Please see section VI 4.3. below",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"telephone": "+44 1416186400",
"faxNumber": "+44 1416187050",
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-13"
},
"tender": {
"id": "RC-CPU-17-107",
"title": "Property Monitoring and Design Support for HEEPS ABS Programme",
"description": "2. Renfrewshire Council are seeking to engage Specialist Consultants to advise the Council on energy efficiency within our own building stock in light of changing legislation and the need to optimise building performance against an increasingly complex range of outcomes and our obligations under the Scottish Governments Home Energy Efficiency Programme Area Based Schemes or HEEPS ABS.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71314300",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictenderscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-03-29T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-03-29T12:00:00Z"
},
"documents": [
{
"id": "MAR313849",
"documentType": "contractNotice",
"title": "Property Monitoring and Design Support for HEEPS ABS Programme",
"description": "2. Renfrewshire Council are seeking to engage Specialist Consultants to advise the Council on energy efficiency within our own building stock in light of changing legislation and the need to optimise building performance against an increasingly complex range of outcomes and our obligations under the Scottish Governments Home Energy Efficiency Programme Area Based Schemes or HEEPS ABS.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR313849",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire council requires a minimum of six investigations, two per annum, the scope of which will be agreed in each case, but that undertake to monitor, evaluate and propose recommendations as to who our External Wall Insulation (EWI) Programme. This is partly funded partly by the Home Energy Efficiency Programme Area Based Schemes or HEEPS ABS, and the council require to understand how these works can be modified or improved in order to provide best value for money. The main scope of works will be to monitor existing building types, which will be agreed at the start of the contract, over the course of a calendar year. The data from these properties will be collected on energy (heating and electricity) consumption, environmental conditions (which must comprise at least temperature, relative humidity and CO2 monitoring as a minimum) along with physical tests to establish basic building fabric performance such as air pressurisation, insitu 'U'-value, thermography as well as heating and ventilation system checking. The monitoring will take place across the heating season for each investigation. In addition the council will require the successful consultants to engage with occupants and design and procurement teams to cross-reference quantitative data with qualitative information about procurement strategies, occupancy patterns, control preferences and feedback.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-04-25T00:00:00Z",
"endDate": "2021-03-31T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-03-29T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire House Cotton Street Paisley PA1 1JB"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B 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 - minimum 5,000,000 gbp each and every claim; -Public Liability - minimum 1,000,000 gbp each and every claim; -Professional Indemnity minimum 100,000 gbp each and every claim, although will accept cover in the aggregate so long as at least one automatic annual reinstatement of this sum is permitted within the policy terms. -Statutory Motor Vehicle Insurance - if vehicle used at an point in fulfilling responsibilities under this contract - a request for evidence of statutory third party motor vehicle cover, either by way of a valid MV certificate in the company name of where is no company fleet and employees use their own vehicles instead a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes. The Council will use Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that candidates review their own D&B Failure Score in advance of submitting their tender submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status; the Tenderer should give an explanation within the Tender submission, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer intends to sub-contract more than 25% of any Contract value of a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractor in relation to the Contract where they fail to meet the Council's minimum financial criteria. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score as a company, a parent company or bank guarantee may be required to allow to progression to stage two of the evaluation. The parent company must meet the minimum financial requirements as assessed by the Council."
},
{
"type": "technical",
"description": "4C 1 Bidders will be required to provide examples of services carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II 2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C 2 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C 3 Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measure to deliver the types of requirements detailed in II 2.4 in the OJEU Contract Notice or the relevant section of the site notice. 4C 8.1 Bidders will be required to confirm their average annual manpower for the last three years. 4C 9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II 2.4 in 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 what proportion of the contract. 4D 1 Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within conditions 3.2 of the document ITT - Property Monitoring and Design Support for HEEPS Abs Programme located within the Public Contracts Scotland - tender platform",
"minimum": "4C 1 Bidders are required to provide a minimum of two examples of similar projects completed within the last five years. 4C 3 Bidders are required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measure to deliver the types of requirements detailed in II 2.4 in the OJEU Contract Notice or the relevant section of the site notice. 4C 8.1 Bidder's are required to confirm their average annual manpower for the last three years. 4C 9 Bidder's are required to confirm that they have (or have access to) the relevant tools, plant or technical equipment to fully deliver the project and provide detail of the tools, plant or technical equipment available. 4C 10 Bidders are required to confirm whether they intend to sub-contract and, if so what proportion of the contract will be sub-contracted. 4D 1 Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within conditions 3.2 of the document ITT - Property Monitoring and Design Support for HEEPS Abs Programme located within the Public Contracts Scotland - tender platform Full details of minimum requirements and assessment criteria in regards to technical and professional ability is located within section 2 conditions of contract of the document entitled ITT - Property Monitoring and Design Support for HEEPS Abs Programme located within the Public Contracts Scotland - tender platform"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "71314300",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the",
"hasRecurrence": false
},
"language": "EN",
"description": "Late Tender Submissions will not be considered under any circumstances. The council will not provide additional notification to any Tenderer of the rejection of a late Tender Submission. If the Council receives any hard copy documents which are not connected to the receipt of a valid, on time, Tender Submission then the hard copy documents will be returned. For the avoidance of any doubt, automated messages confirming receipt of a Tender Submission should not be taken to imply acceptance of it by the Council ------ Tenderer's must complete the ESPD within the Qualification Envelope as part of their Tender Submission. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulations 8 and 9 of the Procurement (Scotland) Regulations 2016. The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 10478 For more information see: http://www/publiccontractsscotland.gov.uk/info The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10478. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:535820)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000535820"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}