Notice Information
Notice Title
Provision of Fire Risk Adaptations Measured Term Contract 2024 - 2026
Notice Description
East Renfrewshire Council is seeking to appoint a suitably qualified Contractor for supplying and installing single and double fire doors, shutters, partitions and fire stopping in association with property management of East Renfrewshire Council buildings including educational properties.
Lot Information
Lot 1
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of the fire risk adaptation works. The service to be provided by the successful contractor includes supplying and installing single and double fire doors, shutters, partitions and fire stopping in association with property management of East Renfrewshire Council buildings including educational properties.
Renewal: Option to extend by 2 x 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000776649
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG513271
- 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
35 - Security, fire-fighting, police and defence equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
-
- CPV Codes
35110000 - Firefighting, rescue and safety equipment
44221220 - Fire doors
45233292 - Installation of safety equipment
45343000 - Fire-prevention installation works
45421131 - Installation of doors
45421141 - Installation of partitioning
45421142 - Installation of shutters
Notice Value(s)
- Tender Value
- £700,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 30 Aug 20241 years ago
- Submission Deadline
- 27 Sep 2024Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- On expiry of the contract
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- Susan Chisusu
- Contact Email
- susan.chisusu@eastrenfrewshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- 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
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG513271
Provision of Fire Risk Adaptations Measured Term Contract 2024 - 2026 - East Renfrewshire Council is seeking to appoint a suitably qualified Contractor for supplying and installing single and double fire doors, shutters, partitions and fire stopping in association with property management of East Renfrewshire Council buildings including educational properties.
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-r6ebe6-0000776649-2024-08-30T00:00:00Z",
"date": "2024-08-30T00:00:00Z",
"ocid": "ocds-r6ebe6-0000776649",
"initiationType": "tender",
"parties": [
{
"id": "org-1",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"name": "Susan Chisusu",
"email": "susan.chisusu@eastrenfrewshire.gov.uk",
"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.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-2",
"name": "Paisley Shariff Court and Justice of the Peace",
"identifier": {
"legalName": "Paisley Shariff Court and Justice of the Peace"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Renfrewshire Council",
"id": "org-1"
},
"tender": {
"id": "ERC000415",
"title": "Provision of Fire Risk Adaptations Measured Term Contract 2024 - 2026",
"description": "East Renfrewshire Council is seeking to appoint a suitably qualified Contractor for supplying and installing single and double fire doors, shutters, partitions and fire stopping in association with property management of East Renfrewshire Council buildings including educational properties.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45421142",
"scheme": "CPV"
},
{
"id": "45421141",
"scheme": "CPV"
},
{
"id": "35110000",
"scheme": "CPV"
},
{
"id": "44221220",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
},
{
"id": "45233292",
"scheme": "CPV"
},
{
"id": "45421131",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "East Renfrewshire Council"
},
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 700000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2024-09-27T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-09-27T12:00:00Z"
},
"documents": [
{
"id": "AUG513271",
"documentType": "contractNotice",
"title": "Provision of Fire Risk Adaptations Measured Term Contract 2024 - 2026",
"description": "East Renfrewshire Council is seeking to appoint a suitably qualified Contractor for supplying and installing single and double fire doors, shutters, partitions and fire stopping in association with property management of East Renfrewshire Council buildings including educational properties.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG513271",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of the fire risk adaptation works. The service to be provided by the successful contractor includes supplying and installing single and double fire doors, shutters, partitions and fire stopping in association with property management of East Renfrewshire Council buildings including educational properties.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend by 2 x 12 months"
}
}
],
"bidOpening": {
"date": "2024-09-27T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Key Performance indicators attached on Public Contract Scotland Tender"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Due to the nature of the works it is mandatory that all of the successful contractor's staff or staffs of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS) or the Scottish Construction Operative Registration Executive (SCORE). Bidders must confirm if they hold the particular authorisation or memberships. The main contractor bidding with the Council or their sub-contractor (if any being used) must have the following accreditations - BM Trada Q Mark Fire Door Installation certification or equal and approved. Evidence from main contractor and subs (if being used) must be uploaded as part of bid response. If sub details are not known at time of bidding the main contractor must confirm compliance that any used will hold the accreditations noted. Should the Council find that where subs are used and if they are not holding accreditations noted the Contract would be cancelled and breach of contract pursued. Failure to be able to evidence accreditation with these institutes will result in the bidder being automatically disqualified from the evaluation process at this stage."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 350,000 GBP for the last 2 years in the business area covered by the contract. The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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: Employer's (Compulsory) Liability Insurance - 10 million GBP Public Liability Insurance - 5 million GBP Professional Indemnity/ Contractors all risk - 2 million GDP"
},
{
"type": "technical",
"description": "Selection criteria as stated in the procurement documents. Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.",
"minimum": "The bidders have to provide three examples of similar projects/works within the past five years (August 2019 to August 2024) with the submission."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-11-22T00:00:00Z"
}
},
"classification": {
"id": "45343000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "On expiry of the contract"
}
},
"language": "EN",
"description": "Lots are not being used for this tender for the reason(s) stated below: Nature of the contract not suitable for lots. Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 56885. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ Based on the estimated value and term of contract being offered the Council expects you to meet a minimum of 40 Community Benefits points (2 years) + 10 points for each additional year up to 60 points maximum for 4 years. Please note there is no limit to the Community Benefits that a Bidder may offer and the total Community Benefit Points for these may exceed the stated expectation. Please note the maximum score that can be achieved for the Community Benefit Outcomes is the figure stated in the ITT. Please see attached supplier guidance document for further information on PCS-T. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26885. (SC Ref:776649)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000776649"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}