Procurement Summary
Country : United Kingdom
Summary : Contract notice: Blacksmith services
Deadline : 07 Aug 2019
Other Information
Notice Type : Tender
TOT Ref.No.: 34513696
Document Ref. No. : 319465-2019
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Name :Login to see tender_details
Address : Login to see tender_details
Email : Login to see tender_details
Login to see detailsTender Details
Object of the contract
Blacksmith services
Description: Contract notice: Blacksmith services
Authority Type: Regional or local authority
Contact Nature: Services
Procedure: Open procedure
Document: Contract notice
Regulation: European Union, with participation by GPA countries
Award criteria: The most economic tender
CPV code: 71550000, 71550000, 71550000
CPV Description: Blacksmith services.
Metal Doors and Blacksmith Works — Service and Maintenance 2020-2024
Reference Number : NLC-CPT-19-061
The Council has a requirement to procure a contract for metal doors and blacksmiths works — service and maintenance. The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal doors and blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council`s Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL and Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.
The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of metal doors and blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council`s Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL and Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.
4A.1 — If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
The bidder response to this question will be evaluated as follows:
— pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.1);
— fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.1).
4B.1.2 — Bidders will be required to have an average yearly turnover of a minimum of 385 000 GBP for the last 3 years.
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:
— employer`s (compulsory) liability insurance = 10 000 000 GBP each and every claim and in the annual aggregate.
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 = 5 000 000 GBP each and every claim and in the annual aggregate.
4B.6 — Concerning any other economic or financial requirements, the bidder declares that: It has an Equifax Score Check Grade of E- or above.
It is recommended that bidders review their own Equifax Score Check Grade in advance of returning their bidders submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the bidder should give a detailed explanation in response to Question 4B.6, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of bidder`s financial status.
Where the bidder is under no obligation to publish accounts and therefore does not have an Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their bidders submission in order that the Council may assess these to determine the suitability of the bidder to undertake a contract or contracts of this size. This assessment will consider whether or not there is any significant financial risk identified.
Economic operators must meet Council`s minimum requirements stated in this Contract Notice, else their proposal will be rejected.
Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 Public Contracts (Scotland) Regulations 2015.
The Council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their ESPD response. In any case, these must be provided prior to contract award.
Tenderers 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.
ESPD Part IV Selection Criteria, Section D: Quality Assurance Schemes and Environmental Management Standards.
Bidders must respond to ESPD Questions 4D.1 and 4D.2.
The bidder response to these questions for quality assurance schemes and environmental management standards will be evaluated as follows:
— pass = response is compliant with the minimum requirement stated in the Contract Notice Section VI.3-Additional Information;
— fail = response is not compliant with the minimum requirement stated in the Contract Notice Section VI.3-Additional Information.
For detailed breakdown of the standard statements applicable to ESPD Questions 4D.1 and 4D.2, refer to document `VI.3 Additional Information — Part 4D1 and 2`, contained within Buyers Attachment area of PCS-T.
Tenderers please note: Police Scotland identified a number of business areas which have a high risk of infiltration by serious and organised crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland.
Tender pack includes a schedule for the declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all tenderers.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13976
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A subcontract 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 and its supply chain will be required to actively participate in the achievement of social, environmental and/or sustainability policy objectives relating to local regeneration, social and economic growth, recruitment, employment and training and supply chain initiatives.
The contractor will be required to provide access to opportunities for SME`s wherever possible and will advertise all subcontract opportunities linked to the contract using the Public Contracts Scotland Portal.
The contractor will be required to ensure that all subcontractors advertise all their subcontracts as described above. In addition, they will be required to identify and provide access to opportunities linked to the contract to social enterprises wherever possible.
Where job vacancies related to the contract arise within the contractor`s organisation, they will be required wherever possible and appropriate, to provide access to employment and training opportunities aimed specifically at unemployed individuals and to use all reasonable endeavours to fill those posts with such persons. The contractor should also link in where possible and appropriate to school, student, graduate and other work experience programmes.
A Method Statement as to how tenderers will achieve community benefits will be required as part of the tender documentation which will be issued to all shortlisted tenderers.
(SC Ref:589811)
Internet address (URL): http://www.northlanarkshire.gov.uk
Documents
Tender Notice