CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

Notice Type: SUPPLIES
Section I: Authority Details
1.1 Authority Name and Address:
Renfrewshire Council, Euan Walker, Corporate Procurement Unit, Renfrewshire House, Cotton Street, , PA1 1JB, Paisley, UK. Tel: +44 1416187791. Email: euan.walker@renfrewshire.gov.uk. Internet Address(URL):
1.2 Address from which documentation may be obtained:
As in 1.1
1.3 Completed Documents must be returned to:
As in 1.1
Section II: Contract Details
2.1 Title: Interior Design and Fit Out of Library Facilities
2.2 Description of the goods or services required: The Council is currently in the process of improving a number of Community Halls on behalf of Renfrewshire Leisure Ltd. Part of the works programme includes upgrading library facilities within the following community centres:- Cargill Hall, Bridge of Weir;- Foxbar Community Centre, Paisley, and- Glenburn Community Centre, Paisley.The Council seek to appoint a suitably experienced and competent supplier to Design the interior area of the aforementioned library facilities and supply and install furniture, fixtures, fittings etc. as specified within their submitted designs.The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7797. For more information see:
2.3 Notice coding and classification:
a) Commodity codes:
171114- Supplies – Furniture, 211200- Office Furniture, 219999- other Furniture.
b) Delivery Location/Area:
150- Glasgow & Strathclyde.
2.4 Total quantity or scope of tender: The total scope of works are stated within the tender documents.
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/260/17
4.3 Time limits:
a)Time limit for receipt of completed tenders: 07/04/2017 Time 12:00
c)Estimated award date: 05/05/2017
4.5 Language in which tenders or requests to participate can be drawn up: EN
Section V: Other Information
5.1 Additional InformationThis is a below OJEU Threshold Supplies Contract, in accordance with Council’s Standing Orders Relating to Contracts.Weights: Quality / Technical (60 Percent) and Price / Commercial (40 Percent)The 60 percent Quality / Technical weighting is broken down as follows:Library Designs and Proposals – 25 percentMethodology and Approach – 15 percentPost Installation, Warranty and Guarantee – 5 percentFair Work Practices 5 PercentCommunity Benefits Questions – 10 Percent broken down as follows:-Community Benefit Outcomes offered should the Tenderer be successful in being awarded this Contract. 5 Percent-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. 2 Percent-Tenderers must describe their company’s approach to supporting and being involved in Community and CSR Projects in Renfrewshire. 1Percent-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. 1.5 Percent-Tenderers must provide details of who will be responsible for the achievement and monitoring of thecommunity benefit requirements. 0. 5 PercentTenderers must ensure they provide Standard Documentation, Health and Safety Questionnaire, and Insurance Certification at Request for Documentation Stage whilst confirming their agreement to the documents within the technical envelope.Tenderers must complete the ESPD within the Qualification envelope as part of the tender. Tenderers 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. This will be addressed within Part 3 of the ESPDScontained within the Qualification Envelope.In addition to the requirements stated within section 3 of this contract notice, the following information is regarded as minimum standards and qualification required.Quality Management ProceduresThe 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, which 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 5.1 quality related issues, including copies of job profiles; training manuals and records.-e. Documented arrangements that the 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 performance.-f. 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 ProceduresThe 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-a 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.-b. 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.-c. 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.-d. 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.-e. 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.-f. 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.-g. 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.-h. 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.-i. 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.-j. 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.-k. 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.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.LATE TENDERS WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES(SC Ref:485643)
5.2 Additional Documentation

5.3 Publication date of this notice: 13/03/2017

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking