Notice Information
Notice Title
Chute Upgrade, Service & Repair
Notice Description
River Clyde Homes are looking to procure a competent and experienced company to undertake Bin Chute upgrade works to its low-rise properties. This contract will also require the successful bidder to undertake servicing and repair works to these chutes and bin hoppers.
Lot Information
Lot 1
River Clyde Homes are looking to procure a competent and experienced company to undertake Bin Chute upgrade works and undertake a servicing and repairs contract for these chutes and hoppers. - Bin chutes must have a fusible link fire damper installed at the base and be compliant to BS 9999:2017. - Bin hoppers are required to be upgraded and the contractor should be able to evidence that all works carried out are compliant in the following and have 3rd party UKAS accreditations: BS472 Part 22 BS 1703 2005 BS 8300-2:2018 - All installations must consider all ergonomic and environmental issues including the accessible and inclusive built environment and shall include but not limited to positive/negative wind and or other environmental pressures within the bin chute compartment; - Variable wind conditions applicable to each individual premises, reference geographical ergonomics; - Reference the counterbalance of the hopper doors; Consideration must be taken, at the design stage, of any danger of trapping fingers, hands or arms, and the contractor must be able to demonstrate to the client this prior to any contract award. RCH reserves the right to refuse acceptance of any design that does not physically demonstrate this. - The manufacturer shall be satisfied that the components of the chute hopper conform to the full requirements of BS 1703 and that the use of the hopper satisfies the requirements for the design of an accessible and inclusive built environment at the time of dispatch and shall provide a certificate to this effect to the client before completion of any and each installation. - The hoppers must be steel with a powder coating finish. - A one-year manufacture and installation warranty must be provided. These initial upgrade works require to be completed by 31st May 2021. The addresses and number of bin hoppers and bin chute fuselinks within each location are detailed within Appendix C - Pricing Schedule. Following completion of these works, the servicing and repairs contract will run for an initial 2-year duration. Subject to contractor performance, RCH may wish to extend any resultant agreement for up to a further 12-month period, subject to the agreement of the successful bidder. Interested parties must first evidence to River Clyde Homes via the SPD that they have the requisite technical capacity, and experience to undertake works of this nature, before they will be taken forward to the full tender evaluation. Bidders are required to visit the sites and familiarise themselves with the following prior to pricing and designing the replacement hopper units: - Size of the chute to which the hopper is to be connected to; - Whether a hopper extension will be required, in which case such details should be collected by the manufacturer as part of the tendering process and such pricing for the supply and installation of any necessary extension to be included in the tender submission; Bidders should arrange a site visit by contacting RCH's Facilities Co-Ordinator: Email Martin.Mullan@riverclydehomes.org.uk. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Renewal: The servicing and repairs contract will run for an initial 2-year duration. Subject to contractor performance, RCH may wish to extend any resultant agreement for up to a further 12-month period, subject to the agreement of the successful bidder.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000650049
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411528
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
51 - Installation services (except software)
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
34928480 - Waste and rubbish containers and bins
44613800 - Containers for waste material
45222110 - Waste disposal site construction work
51135110 - Installation services of waste incinerators
90500000 - Refuse and waste related services
90918000 - Bin-cleaning services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Apr 20214 years ago
- Submission Deadline
- 28 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- April 2024
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RIVER CLYDE HOMES
- Contact Name
- Not specified
- Contact Email
- procurement@riverclydehomes.org.uk
- Contact Phone
- +44 8000132196
Buyer Location
- Locality
- GREENOCK
- Postcode
- PA15 2UZ
- 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
- Inverclyde
- Electoral Ward
- Inverclyde East Central
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=1
7th April 2021 - RCH538 - Chutes Upgrade Service & Repair Tender -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=2
7th April 2021 - RCH538 - Appendix A - SPD -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=3
7th April 2021 - RCH538 - Appendix B - Tender Response Document -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=4
7th April 2021 - RCH538 - Appendix C - Pricing Schedule -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=5
7th April 2021 - RCH538 - Appendix D - Contract T & Cs -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=6
7th April 2021 - RCH538 - Appendix E - Certification -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411528
Chute Upgrade, Service & Repair - River Clyde Homes are looking to procure a competent and experienced company to undertake Bin Chute upgrade works to its low-rise properties. This contract will also require the successful bidder to undertake servicing and repair works to these chutes and bin hoppers.
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-r6ebe6-0000650049-2021-04-07T00:00:00Z",
"date": "2021-04-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000650049",
"initiationType": "tender",
"parties": [
{
"id": "org-82",
"name": "River Clyde Homes",
"identifier": {
"legalName": "River Clyde Homes"
},
"address": {
"streetAddress": "Clyde View, 22 Pottery Street",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 2UZ"
},
"contactPoint": {
"email": "procurement@riverclydehomes.org.uk",
"telephone": "+44 8000132196",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://riverclydehomes.org.uk"
}
},
{
"id": "org-83",
"name": "Greenock Sheriff Court",
"identifier": {
"legalName": "Greenock Sheriff Court"
},
"address": {
"streetAddress": "1 Nelson St",
"locality": "Greenock"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "River Clyde Homes",
"id": "org-82"
},
"tender": {
"id": "RCH538",
"title": "Chute Upgrade, Service & Repair",
"description": "River Clyde Homes are looking to procure a competent and experienced company to undertake Bin Chute upgrade works to its low-rise properties. This contract will also require the successful bidder to undertake servicing and repair works to these chutes and bin hoppers.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "34928480",
"scheme": "CPV"
},
{
"id": "45222110",
"scheme": "CPV"
},
{
"id": "90918000",
"scheme": "CPV"
},
{
"id": "44613800",
"scheme": "CPV"
},
{
"id": "51135110",
"scheme": "CPV"
},
{
"id": "90500000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Inverclyde"
},
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2021-04-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-04-28T12:00:00Z"
},
"documents": [
{
"id": "APR411528",
"documentType": "contractNotice",
"title": "Chute Upgrade, Service & Repair",
"description": "River Clyde Homes are looking to procure a competent and experienced company to undertake Bin Chute upgrade works to its low-rise properties. This contract will also require the successful bidder to undertake servicing and repair works to these chutes and bin hoppers.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR411528",
"format": "text/html"
},
{
"id": "APR411528-1",
"title": "RCH538 - Chutes Upgrade Service & Repair Tender",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=1",
"datePublished": "2021-04-07T14:20:49Z",
"dateModified": "2021-04-07T14:20:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "APR411528-2",
"title": "RCH538 - Appendix A - SPD",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=2",
"datePublished": "2021-04-07T14:20:49Z",
"dateModified": "2021-04-07T14:20:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "APR411528-3",
"title": "RCH538 - Appendix B - Tender Response Document",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=3",
"datePublished": "2021-04-07T14:20:49Z",
"dateModified": "2021-04-07T14:20:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "APR411528-4",
"title": "RCH538 - Appendix C - Pricing Schedule",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=4",
"datePublished": "2021-04-07T14:20:49Z",
"dateModified": "2021-04-07T14:20:49Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "APR411528-5",
"title": "RCH538 - Appendix D - Contract T & Cs",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=5",
"datePublished": "2021-04-07T14:20:49Z",
"dateModified": "2021-04-07T14:20:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "APR411528-6",
"title": "RCH538 - Appendix E - Certification",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR411528&idx=6",
"datePublished": "2021-04-07T14:20:49Z",
"dateModified": "2021-04-07T14:20:49Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
],
"lots": [
{
"id": "1",
"description": "River Clyde Homes are looking to procure a competent and experienced company to undertake Bin Chute upgrade works and undertake a servicing and repairs contract for these chutes and hoppers. - Bin chutes must have a fusible link fire damper installed at the base and be compliant to BS 9999:2017. - Bin hoppers are required to be upgraded and the contractor should be able to evidence that all works carried out are compliant in the following and have 3rd party UKAS accreditations: BS472 Part 22 BS 1703 2005 BS 8300-2:2018 - All installations must consider all ergonomic and environmental issues including the accessible and inclusive built environment and shall include but not limited to positive/negative wind and or other environmental pressures within the bin chute compartment; - Variable wind conditions applicable to each individual premises, reference geographical ergonomics; - Reference the counterbalance of the hopper doors; Consideration must be taken, at the design stage, of any danger of trapping fingers, hands or arms, and the contractor must be able to demonstrate to the client this prior to any contract award. RCH reserves the right to refuse acceptance of any design that does not physically demonstrate this. - The manufacturer shall be satisfied that the components of the chute hopper conform to the full requirements of BS 1703 and that the use of the hopper satisfies the requirements for the design of an accessible and inclusive built environment at the time of dispatch and shall provide a certificate to this effect to the client before completion of any and each installation. - The hoppers must be steel with a powder coating finish. - A one-year manufacture and installation warranty must be provided. These initial upgrade works require to be completed by 31st May 2021. The addresses and number of bin hoppers and bin chute fuselinks within each location are detailed within Appendix C - Pricing Schedule. Following completion of these works, the servicing and repairs contract will run for an initial 2-year duration. Subject to contractor performance, RCH may wish to extend any resultant agreement for up to a further 12-month period, subject to the agreement of the successful bidder. Interested parties must first evidence to River Clyde Homes via the SPD that they have the requisite technical capacity, and experience to undertake works of this nature, before they will be taken forward to the full tender evaluation. Bidders are required to visit the sites and familiarise themselves with the following prior to pricing and designing the replacement hopper units: - Size of the chute to which the hopper is to be connected to; - Whether a hopper extension will be required, in which case such details should be collected by the manufacturer as part of the tendering process and such pricing for the supply and installation of any necessary extension to be included in the tender submission; Bidders should arrange a site visit by contacting RCH's Facilities Co-Ordinator: Email Martin.Mullan@riverclydehomes.org.uk. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The servicing and repairs contract will run for an initial 2-year duration. Subject to contractor performance, RCH may wish to extend any resultant agreement for up to a further 12-month period, subject to the agreement of the successful bidder."
}
}
],
"bidOpening": {
"date": "2021-04-28T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "KPIs for the contract are detailed within the attached tender document."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "SPD question 4B.5.1a 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 SPD SPD question 4B.5.1b 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 SPD.",
"minimum": "SPD 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 Tender Response Document."
},
{
"type": "technical",
"description": "SPD Question 4C.1.2 Bidders 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 will also be 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) ESP Question 4C.2 Bidders will be required to provide details of the onsite staff that will service the contract in the event of a successful bid. The staff member's core skills, qualifications, accreditations, experience and competency should be provided. (Pass/Fail) SPD Question 4C.6.1 Bidders will be required to provide details of the relevant educational and professional qualifications and experience held by its managerial staff. (Pass/Fail) SPD Question 4C.10 Bidders will be required to provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract (Info only)",
"minimum": "SPD Question 4D.1 Will the bidder 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 OHSAS 18001/ ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. Where the preferred bidder does not hold the above accreditation, they will require to satisfy River Clyde Homes' Internal Health & Safety Team of their competence through other means prior to any contract award. And Will the bidder be able to provide certification to evidence they hold the following 3rd Party Accreditation: BS472 Part 22, BS 1703 2005, and BS 8300-2:2018 (Pass / Fail)"
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "45222110",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "April 2024"
}
},
"language": "EN",
"description": "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=650049. 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:650049)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000650049"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}