Notice Information
Notice Title
Refurbishment of Void Properties Throughout Perth and Kinross Council Area
Notice Description
Tayside Procurement Consortium (TPC) is seeking to appoint suitably qualified and experienced Contractors to a Framework for the provision of an all trades service which will see the refurbishment of properties to a re-letting standard, within the control or responsibility of Perth and Kinross Council. Delivery within tight timescales (usually 20 working days for completion of the job from issue of order). This is to maximise opportunities for our customers who need to be housed in mainstream accommodation. This ensures that we meet our statutory obligations and are reducing rental voids and maximising public sector rental income.
Lot Information
Lot 1
This tender is for participation in a Framework Agreement for the Provision of an All Trades Contractor for the Refurbishment of Properties to a re-lettable standard, and is intended to meet the needs of the Purchasers. The Framework will include the works required to bring void properties up to a standard which allows them to be re-let.
Renewal: Up to 12 months extension period making total maximum contract period 48 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000558862
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337274
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £336,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Nov 20187 years ago
- Submission Deadline
- 14 Dec 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- November 2022
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TAYSIDE PROCUREMENT CONSORTIUM
- Contact Name
- Julie Thompson
- Contact Email
- julie.thompson@dundeecity.gov.uk
- Contact Phone
- +44 1382834072
Buyer Location
- Locality
- DUNDEE
- Postcode
- DD8 3DZ
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Angus
- Electoral Ward
- Forfar and District
- Westminster Constituency
- Angus and Perthshire Glens
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337274
Refurbishment of Void Properties Throughout Perth and Kinross Council Area - Tayside Procurement Consortium (TPC) is seeking to appoint suitably qualified and experienced Contractors to a Framework for the provision of an all trades service which will see the refurbishment of properties to a re-letting standard, within the control or responsibility of Perth and Kinross Council. Delivery within tight timescales (usually 20 working days for completion of the job from issue of order). This is to maximise opportunities for our customers who need to be housed in mainstream accommodation. This ensures that we meet our statutory obligations and are reducing rental voids and maximising public sector rental income.
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-r6ebe6-0000558862-2018-11-15T00:00:00Z",
"date": "2018-11-15T00:00:00Z",
"ocid": "ocds-r6ebe6-0000558862",
"initiationType": "tender",
"parties": [
{
"id": "org-88",
"name": "Tayside Procurement Consortium",
"identifier": {
"legalName": "Tayside Procurement Consortium"
},
"address": {
"streetAddress": "Fairmuir Depot, 365 Clepington Road",
"locality": "Dundee",
"region": "UKM77",
"postalCode": "DD8 3DZ"
},
"contactPoint": {
"name": "Julie Thompson",
"email": "julie.thompson@dundeecity.gov.uk",
"telephone": "+44 1382834072",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.taysideprocurement.gov.uk"
}
}
],
"buyer": {
"name": "Tayside Procurement Consortium",
"id": "org-88"
},
"tender": {
"id": "TPC/VPTrades/18/06",
"title": "Refurbishment of Void Properties Throughout Perth and Kinross Council Area",
"description": "Tayside Procurement Consortium (TPC) is seeking to appoint suitably qualified and experienced Contractors to a Framework for the provision of an all trades service which will see the refurbishment of properties to a re-letting standard, within the control or responsibility of Perth and Kinross Council. Delivery within tight timescales (usually 20 working days for completion of the job from issue of order). This is to maximise opportunities for our customers who need to be housed in mainstream accommodation. This ensures that we meet our statutory obligations and are reducing rental voids and maximising public sector rental income.",
"status": "active",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Perth and Kinross Council Area"
},
"deliveryAddresses": [
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 336000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2018-12-14T17:00:00Z"
},
"documents": [
{
"id": "NOV337274",
"documentType": "contractNotice",
"title": "Refurbishment of Void Properties Throughout Perth and Kinross Council Area",
"description": "Tayside Procurement Consortium (TPC) is seeking to appoint suitably qualified and experienced Contractors to a Framework for the provision of an all trades service which will see the refurbishment of properties to a re-letting standard, within the control or responsibility of Perth and Kinross Council. Delivery within tight timescales (usually 20 working days for completion of the job from issue of order). This is to maximise opportunities for our customers who need to be housed in mainstream accommodation. This ensures that we meet our statutory obligations and are reducing rental voids and maximising public sector rental income.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV337274",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This tender is for participation in a Framework Agreement for the Provision of an All Trades Contractor for the Refurbishment of Properties to a re-lettable standard, and is intended to meet the needs of the Purchasers. The Framework will include the works required to bring void properties up to a standard which allows them to be re-let.",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 7
},
"selectionCriteria": {
"description": "Technical and Professional Ability tenderer to detail experience in carrying out works (Major Works Refurbishment) of a similar nature and scale. Scope: Delivery within tight timescales (usually 20 working days for completion of the job from issue of order). This is to maximise opportunities for our customers who need to be housed in mainstream accommodation. This ensures that we meet our statutory obligations and are reducing rental voids and maximising public sector rental income. Perth and Kinross Council own approximately 7500 homes for rent including flats, semi-detached and terraced properties. The housing stock is divided into both urban and rural locations namely, Perth City, North Perthshire, South Perthshire and Letham/Hillyland. Dealing with buy-back or extreme voids (those that require major refurbishment). There are approximately 10 to 15 void properties per year that require to be refurbished. Tenderer's response must cover (but may not be limited to the following): - Details of how you deployed, managed and co-ordinated resources to prioritise and manage works in the property - ie. level of management/supervisory staff covering the various aspects of the works in order to meet agreed targets specified by the Purchaser. - Details of the labour resources that you deployed in the execution of the works. - Details of how you exercised and fulfilled your statutory duties under the Construction (Design and Management) Regulations 2015 (CDM) and the Management of Health and Safety at Work Regulations."
},
"submissionTerms": {
"variantPolicy": "notAllowed",
"electronicCataloguePolicy": "required"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Up to 12 months extension period making total maximum contract period 48 months."
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"performanceTerms": "The site comprises all Council owned domestic properties, throughout Perth and Kinross Council (or Tayside), where the Contractor is requested to carry out work, under instruction of the Council. All works are expected to be carried out within normal working hours of 8.00am and 5.00pm, Monday to Friday. Authorisation is required from the Purchaser (the Council) before any works are carried out outwith these times."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-01-14T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The tenderer is enrolled in the relevant professional or trade registers kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015). Eg in the UK, the economic operator may be requested to provide a certificate from the Registrar stating that he is certified as incorporate or registered or, where he is not so certified, a certificate stating that the person concerned has declared an oath that he is engaged in the profession in a specific place under a business name. Tenderers should refer to Schedule 5 of the Public Contracts (Scotland) Regulations 2015), and where applicable provide equivalent registration."
},
{
"type": "economic",
"description": "Tenderers will be required to provide/state the value(s) for the following financial ratio(s): - Net profit for both financial years; if there has been a loss in any one year the tenderer must provide an explanation of the specific circumstances leading to the loss. - Current ratio equal to or greater than one in both financial years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. - Positive shareholders funds/positive partners' capital accounts/positive owners equity (whichever is applicable to the type of business) in both of the financial years. - Unqualified audit report (if an audit is required). The Main/Prime Contractor is responsible for ensuring the suitability of sub-contractors, including financial standing, for the proposed works. Where a Tenderer does not meet these requirements further details should be provided to confirm why, and TPC may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer. Full details can be found in the Tender Evaluation Guidance document whish is located with the PCST Project 11671."
},
{
"type": "technical",
"description": "Tenderers will be required to provide examples that demonstrate that they have the relevant experience as follows: 4C.1 Tenderers must be: Experienced in engaging and deploying qualified and experienced tradespeople in carrying out works/trades to completion. 4C1.2 (Reduction in the Number of Qualified Candidates) - Experienced in carrying out works (Major Works Refurbishment) of a similar nature and scale. 4C.2 Evidence of the certification is required to accompany the ESPD response. Plumbing (SNIPEF) or equivalent - accredited plumbers Electrical (Scottish Electrical Trade Association SELECT or NICEIC) or equivalent - accredited electricians) Joinery (Scottish & Northern Ireland Joint Industry Board SNIJIB or equivalent - accredited joiners) Masonry and Wet Trades (Construction Industry Training Board CITB or equivalent - accredited tradespersons) Painting and Decorating (Scottish & Northern Ireland Joint Industry Board SNIJIB or equivalent - accredited tradespersons) The decision of Tayside Procurement Consortium shall be final and conclusive as to whether the accreditation/certification is equivalent. 4C.6 Specialist Timber and Damp Treatment (the Surveyor shall be fully qualified to carry out specialist timber and damp inspections. Qualifications: Certified Surveyor in Remedial Treatments (CSRT) and Certified Surveyor in Structural Waterproofing (CSSW) (or equivalent). The decision of Tayside Procurement Consortium shall be final and conclusive as to whether the qualifications are equivalent. 4C.8 Tenderers must confirm their average manpower and number of managerial staff for the last 3 years (2018, 2017, 2016). 4C.10 Tenderers will be required to confirm whether they intend to subcontract, and if so, for what proportion of the contract. 4D) Confirm that they have 'Quality Management Procedures' including 'Health and Safety Procedures'. 'Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder's own organisational measures'."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2019-06-17T00:00:00Z"
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 7
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "November 2022"
}
},
"language": "EN",
"description": "Bidder Exclusion 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. Sub Contracting The tenderer must ensure that a separate ESPD response (Sections A and B of Part III) for any proposed sub-contractor. E-Procurement The successful Framework provider(s) will require to adapt to the Council's requirements (electronic ordering/invoices and payment). PCST Project Number 11671. The tender evaluation methodology detailing the criteria and weightings can be found in the 'TPC1806 Evaluation Guidance' document within PCST. The soring range is as follows: Example Scoring Rationale 0% of the points allocated to the question Unacceptable - No submission/submission not relevant - To be awarded when quality element has been omitted or response not relevant 25% (1) of the points allocated to the question Poor - Submission partially relevant but poor - the proposals fail to meet basic requirements. 50% (2) of the points allocated to the question Acceptable - Submission relevant and acceptable - the proposals meet basic requirements and are supported with general statements. 75% (3) of the points allocated to the question Good - Submission completely relevant and good - the proposals meet basic requirements and are supported with a high level of detail. 100% (4) of the points allocated to the question Excellent - Submission completely relevant and exceptional - the proposals exceeds basic requirements and are seen to be thoughtful, innovative and/or flexible. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 11671. 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: The Contractor must demonstrate their commitment to providing Community Benefits as part of this contract. This can include initiatives covering (but not limited to the following): - Improving education and skills, delivering training and development, work experience programmes, enhancing and improving local employability. Please note: During the term of the contract, the Council will request Management Information to support the delivery of Community Benefits. (SC Ref:558862)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000558862"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}