Type of document: Contract Notice
Country: United Kingdom
Notice Type: WORKS
Section I: Authority Details
1.1 Authority Name and Address:
Renfrewshire Council, David Taggart, Renfrewshire House, Cotton Street, , PA1 1JB, Paisley, UK. Tel: +44 1416186400. Fax: +44 1416187050. Internet Address(URL):
1.2 Address from which documentation may be obtained:
Renfrewshire Council, David Taggart, Renfrewshire House, Cotton Street, , PA1 1JB, Paisley, UK. Tel: +44 1416186400. Fax: +44 1416187050. Internet Address(URL):
1.3 Completed Documents must be returned to:
As in 1.1
Section II: Contract Details
2.1 Title: St Catherine’s and St Anne’s Primary Schools Rewires
2.2 Description of the goods or services required: The works comprise the following:Scope of Works is as follows:St Catherine’s:The works shall comprise, but not be limited to, the supply, erection, connection, testing and setting-to-work of a replacement LV distribution system including switchboards, final distribution boards and associated submains, migration of existing small power services into the new distribution system, rewire of all lighting, new general, emergency and external lighting c/w associated controls, new containment, new CCTV system, new fire alarm, new small power tosupport the new services, and induction loops. Exiting intruder alarms shall remain subject to minor alterations only. Contractor shall include for the reconnection of any rewired circuits/equipment namely appliances, extract fans, mechanical services and the like.Also included, shall be the inspection and verification of all existing and remaining equipment and the safe isolation, disconnection, removal from site and safe disposal of all items of equipment, including final circuit wiring, to accommodate the provision of new and/or replacement systems and equipment.• Location: St Catherine’s Primary School, Brabloch Crescent, Paisley, Renfrewshire, PA34RG.• Length of contract: 15 weeks.St anne’s:The works shall comprise, but not be limited to, the supply, erection, connection, testing and setting-to-work of a replacement LV distribution system including switchboards, final distribution boards and associated submains, migration of existing small power services into the new distribution system, rewire of all lighting, new general, emergency and external lighting c/w associated controls, new containment, new CCTV system, new fire alarm, new small power tosupport the new services, and induction loops. Contractor shall include for the reconnection of any rewired circuits/equipment namely appliances, extract fans, mechanical services and the like.Also included, shall be the inspection and verification of all existing and remaining equipment and the safe isolation, disconnection, removal from site and safe disposal of all items of equipment, including final circuit wiring, to accommodate the provision of new and/or replacement systems and equipment.• Location: St Anne’s Primary School, Park Drive, Erskine PA87AL.• Length of contract: 15 weeks.The Primary Schools will be operational during the Works and the Contractor must ensure all necessary protection to ensure the continual safe operation of the premises.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17246. For more information see:
2.3 Notice coding and classification:
a) Commodity codes:
391000- Buildings, 391012- Buildings – Repair, 399999- other Works – Construction, Repair and Maintenance.
b) Delivery Location/Area:
150- Glasgow & Strathclyde.
2.4 Total quantity or scope of tender:
Section IV: Administrative Information
4.1 Type of procedure: Single stage – Any candidate may submit a tender
4.2 Reference number attributed to the notice by the contracting authority: RC/OC/283/17
4.3 Time limits:
a)Time limit for receipt of completed tenders: 31/03/2017 Time 12:00
c)Estimated award date: 24/04/2017
4.5 Language in which tenders or requests to participate can be drawn up: EN
Section V: Other Information
5.1 Additional InformationExclusion Grounds: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.Suitability: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.Tenderers are requested to confirm that they, or the subcontractors they will use for the works are members of the following trade associations:National Federation of Roofing Contractors or equivalent and/ orThe Confederation to Roofing Contracts or equivalentThe Contractor must participate in the Construction Skill Certification Scheme or equivalent.Economic and Financial Standing:Bidders will be required to have an average yearly turnover of a minimum of 800,000GBP for the last 3 years.Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading.It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:Employer’s (Compulsory) Liability Insurance = 5M GBPPublic Liability Insurance = 5M GBPProduct Liability Insurance = 5M GBPContracts All Risk Insurance at the Contract Value + 15%Third Party Motor insurance, statutory third party motor vehicle cover in accordance with the provisions of the current Road Traffic Act 1988 (as amended) – please provide a valid MV certificate in the contractors name. note tenderers are required to have a minimum Dun and Bradstreet Failure Score of 20, where this criteria is not met, tenderers should provide detail why and supporting evidence in the form of company accounts for the previous financial year.Technical and Professional Ability:Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as detailed in the description of the contract section of the Site Notice and more a detailed description of works within the Invitation to Tender and Specification uploaded within the general attachments area.Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.Bidders will be required to confirm their average annual manpower for the last three years.Bidders will be required to confirm their and the number of managerial stafffor the last three years.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 the description of the contract section of the Site Notice and more a detailed description of works within the Invitation to Tender and Specification uploaded within the general attachments area.Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.Quality Assurance Schemes and Environmental Management Standards:The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),ORThe bidder must have the following:a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance.c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.d. Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records.e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder’s organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performancef. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.Health and Safety Procedures3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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.OR,4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation.Note – Organisations with fewer than five employees are not required by law to have a documented policy statement.4b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. This must demonstrate evidence of how the bidder’s organisation obtains access to competent Health and Safety advice.4d. Documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organisation is likely to bid. This must provide evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge the various duties. This will provide details of staff health and safety training arrangements and how relevant information is communicated to staff. This must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation.4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder’s workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. This must demonstrate that the workforce possesses suitable qualifications and experience for the tasks assigned to them, unless there are specific situations where they need to work under controlled and competent supervision, e.g. trainees.4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. This must demonstrate that the bidder’s organisation has in place, and implements, a system of monitoring H&S procedures on an on-going basis and for periodically reviewing and updating that system as necessary.4g. Documented arrangements for involving the bidder’s workforce in the planning and implementation of H&S measures. This must demonstrate that the bidder has in place, and implements, a means of consulting its workforce on H&S matters and show how workforce comments including complaints, are taken into account.4h. Documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years. It must demonstrate a system for reviewing significant incidents, and recording action taken as a result including action taken in response to enforcement.4i. Documented arrangements for ensuring that the bidder’s suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. This must demonstrate that the bidder’s organisation has, and implements, arrangements for monitoring suppliers’ H&S procedures, and for ensuring that H&S performance appropriate for the work undertaken is delivered throughout the whole of your organisation’s supply chain.4j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (“method statements”), and be able to provide relevant indicative examples. The identification and control of any significant occupational health issues must be prominent.Note – Organisations with fewer than five employees are not required by law to record risk assessments.4k. Documented arrangements for co-operating and co-ordinating the bidder’s work with other suppliers. This must provide an explanation of how co-operation and co-ordinating of the work is achieved in practice, and how other organisations are involved in drawing up method statements/safe systems of work etc. including arrangements for response to emergency situations. This must include details of how comments and input from your suppliers will be taken into account and how external comments including any complaints, will be responded to.4l. FOR CONSTRUCTION/WORKS CONTRACTS ONLYDocumented 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.4m. You must meet any health and safety requirements placed upon you by law.The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,ORThe bidder must have the following:a. A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).b. Documented arrangements for ensuring that the bidder’s environmental management procedures are effective in reducing / preventing significant impacts on the environment. This should evidence the bidder’s organisation’s environmental policy implementation plan provides information as to how the organisation aims to discharge relevant legal responsibilities and provides clear indication of how these arrangements are communicated to the workforce, in relation to environmental matters including: sustainable materials procurement; waste management; energy management. This should include the arrangements for responding to, monitoring and recording environmental incidents and emergencies and complaints.c. Documented arrangements for providing employees with training and information on environmental issues, including evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice.d. Documented arrangements for checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to carry out their various duties. This should include a programme of refresher training that will keep the workforce updated on relevant legal requirements and good environmental management practice.e. Documented arrangements checking, reviewing and where necessary improving the bidder’s environmental management performance and the environmental impact of this organisation, demonstrating that it has a system for monitoring environmental management procedures on an on-going basis and for updating them at periodic intervals. These must include details of the procedures in place to access and deal with environmental risks.f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).g. Documented arrangements for ensuring that any suppliers the bidder engages apply environmental protection measures that are appropriate to the work for which they are being engaged, including procedures for monitoring supplier’s environmental management arrangements and ensuring that environmental performance appropriate for the work to be undertaken is delivered throughout the whole of the bidder’s supply chain.Request for Documentation:The Council will request the following documentation once all bids have been received:1. Evidence of your company’s insurance certificates detailing the required level of insurances as per the levels stated within this Site Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area.2. A completed copy of the Supporting Documents uploaded within the general attachments area, please note that all of these documents must be signed by an authorised signatory.The Supporting Documents include:S1 Equalities QuestionnaireS2 Equalities DeclarationS3 Tender Compliance CertificateS4 No Collusion CertificateS5 Prompt Payment CertificateS6 Waste Carrier CertificateS9 List of Proposed Domestic Sub-ContractorsS16 Proposed Security Guard Services3. A completed copy of the Health and Safety question set uploaded within the general attachments area.Tenderers received will be subject to assessment, clarification and ranking by means of a structured process in accordance with this Council’s Standing Orders Relating to Contracts, in order to determine the Tender that is the Most Economically Advantageous to the Council.Technical Envelope:Within this section Tenderers are required to confirm compliance with the Terms and Conditions of Contract, failure to comply with these may result in the Tender Submission not being considered further.Within this section Tenderers are required to confirm compliance with the Specification/ Scope and all associated Drawings, failure to comply with these may result in the Tender Submission not being considered further.The Technical Envelope contains several elements that will be required to be completed by Tenderers in order to be scored. The associated weighting for this overall section is 30%, breakdown noted below;Tenders must detail their methodology and approach by illustrating how their company would propose to deliver the works to the required high quality finish and within programme. Particular emphasis to be given to:• Overcoming risks and issues associated with working in a live environment;• Work being carried out by the Sub Contractors, where applicable. 15%Tenderers are required to please provide details their project milestones to ensure the project is completed on time for each of the community halls and the overall project.Tenderers should also please provide their programme of works. 5%Tenderers should provided details of their proposed key team members that will deliver the contract. 5%Community Benefit Outcomes MENU offered should the Tenderer be successful in being awarded this Contract. 2.5%Tenderers must describe their end to end approach to the delivery of training and skills and how you will adapt this to the needs of Renfrewshire. 1%Tenderers must describe their company’s approach to supporting and being involved in Community and CSR Projects in Renfrewshire. 0.5%Tenderers must describe any actions they propose to take to identify and assist SME’s, Social Enterprises, Supported Business and Third Sector Organisations during the Contract. 0.75%Tenderers must provide details of who will be responsible for the achievement and monitoring of the community benefit requirements. 0.25%Please describe how you will commit to fair work practices for workers (including any agency or sub-contractor workers) engaged in the delivery of this contract. 0%Tenderers will be asked to review and agree to the form of:S8- Works ScorecardS10 Parent Company GuaranteeS11 Performance BondS12 Sub- Contractor Collateral WarrantyS13 Sub-Consultant Collateral WarrantyS14 Confirmation of Destruction of Information CertificatePlease note that the successful Tenderer will be required to agree to these documents and provide the necessary information and the request for documentation stage.Tenderers will also be asked to complete the below questions with regards to work force matters, please note that these questions will not form part of the award criteria.According to the criteria below, which of the options provided best describes your organisation currently:Micro Business – employs 0 – 9 peopleSmall Business – employs 10 – 49 peopleMedium Business – employs 50- 249 peopleLarge Business – employs 250 or more peopleFor the purposes of this exercise, a Non Government Organisation is any non-profit, voluntary citizens’ group which is organized on a local, national or international level. Task-oriented and driven by people with a common interest, NGO’s perform a variety of service and humanitarian functions, bring citizen concerns to Governments, advocate and monitor policies and encourage political participation through provision of information.Is your Organisation a Non Government Organisation?For the purposes of this exercise, The Third Sector comprises of community groups, voluntary organisations, charities, social enterprises, co-operatives and individual volunteers.Is your Organisation a Third Sector Organisation?How many Employees does your organisation have?Total number of people including the Tenderer’s personnel and any Sub-Contractor’s personnel who would be employed in the delivery of this Renfrewshire Council contract.Joseph Rowantree Foundation (www.jrf.org.uk) define the Living Wage as a the level of income needed to provide an acceptable standard of living in the United Kingdom to ensure good health, adequate child development and social inclusion. The payment of the Living Wage is a significant indicator of an employer’s commitment to fair work practices and one of the clearest ways that an employer can demonstrate that it takes a positive approach to its workforce Living wage is a term used to describe the minimum hourly wage necessary for shelter (housing and incidentals such as clothing and other basic needs) and nutrition for a person for an extended period of time (lifetime). This standard generally means that a person working full-time, with no additional income, should be able to afford a specified quality or quantity of housing, food, utilities, transport, health care, and recreation. The idea behind the Living Wage is to encourage employers to raise their own rates of pay – and those of contracted staff. The current Living Wage rate is £8.25 an hour (UK Rate).Are you an Accredited Living Wage Employer?Does your Organisation have a Living Wage policy?How many people including the Tenderer’s personnel and any Sub-Contractor’s personnel who would be employed in the delivery of this Renfrewshire Council contract are paid at least the Living Wage of £8.25.How many employees delivering of this Renfrewshire Council contract will not be paid the paid the Living Wage.How many people including the Tenderer’s personnel and any Sub-Contractor’s personnel who would be employed in the delivery of this Renfrewshire Council contract are apprentices or on a training programme, who are not paid the Living Wage?Stability of employment and hours of work are important elements of fair work and fair work practices. Any use of inappropriate, exploitative and avoidable zero hours contracts are considered as not being consistent with fair work practices. Only under certain circumstances there is recognition that the uses of zero hours contracts may be appropriate where their use aligns to the needs of an organisation or sector with the needs of particular workers. For example: in respect of seasonal work in sectors such as agriculture or tourism; where there is a need to cover unanticipated peaks in service delivery; during holiday periods or where workers may find some benefit in retaining access to an employment contract until stable work becomes available again.Does your organisation use Zero Hour contracts?If you answered “Yes” to the above question – How many employees in total are employed on zero hour contracts?How many employees will be employed on zero hour contracts in the delivery of this Renfrewshire Council contract?For the purpose of this exercise, a sessional worker is defined as a person not employed under a contract of employment. He/she is paid for undertaking work or a service on the basis of an agreed range of hours to be worked. This has to be within a specified period, or on an ad hoc arrangement to meet varying needs. Using this definition please answer the following questions.Does your organisation use Sessional Workers?If you answered “Yes” to the above question – How many employees in total are employed as sessional workers.How many employees will be employed as sessional workers in the delivery of this Renfrewshire Council contract.For the purpose of this exercise, Workfare is defined as government workfare policies/schemes where unemployed people work in return for their benefits. Using this definition please answer the following question.Does your organisation participate in Workfare Schemes?(SC Ref:486173)Community benefits are included in this requirement. For more information see: summary of the expected community benefits has been provided as follows:Please see the additional information section of this notice.
5.2 Additional Documentation
5.3 Publication date of this notice: 06/03/2017