Supply and Installation of Timber Fencing
South Ayrshire Council has a requirement to set up a sole supplier Framework Agreement.
United Kingdom-Ayr: Erection of fencing
2016/S 153-276712
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Newton House, 30 Green Street Lane
Ayr
KA8 8BH
United Kingdom
Telephone: +44 3001230900
E-mail: procurement@south-ayrshire.gov.uk
NUTS code: UKM37
Internet address(es):Main address: http://www.south-ayrshire.gov.uk/procurement/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00405
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply and Installation of Timber Fencing.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
South Ayrshire Council has a requirement to set up a sole supplier Framework Agreement with a suitably experienced and competent Service Provider for the supply and installation of timber fencing.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
South Ayrshire Council has a requirement to set up a sole supplier Framework Agreement with a suitably experienced and competent supplier and installer of timber fencing. The Service Provider will be required to carry-out ad hoc timber fencing, including removal and disposal of timber fencing, removing posts, foundations and debris, and reinstating the ground. The service will cover all Council residential and operational properties, although the majority of requirements will be the Council’s residential properties.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
N/A.
III.1.2)Economic and financial standing
It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below:
Insurances:
Employers (Compulsory) Liability Insurance = 10 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any 1 incident and annual aggregate caps and the excesses under the policies.
Public Liability Insurance = 5 000 000 GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate.
Motor Vehicle Insurance = Minimum Third Party Motor Vehicle Liability in respect of any motor vehicle or plated plant used.
Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any 1 incident and annual aggregate caps and the excesses under the policies.
Financial Standing:
The Council will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Bidder’s economic and financial standing.
In the event that this analysis is unavailable or unsatisfactory the Council will request the following information below:
A copy of the organisation’s audited accounts or equivalent for the most recent 2 years, along with details of any significant changes since the last year end; or
A statement of the organisation’s turnover; profit and cash flow for the most recent full year of trading or where a full year trading has not been completed the same information for the period applicable. Note: If this information is not available in an audited format Tenderers may be required to provide an end of period balance sheet or make the response specified below; Or
If Tenderers are unable to provide the information requested above, they may be required to provide additional information and documentation that will give the Authority the assurance that they are capable of carrying out any subsequent awarded contract. For example, a statement of their organisation’s cash flow forecast for the current year and a letter from the organisation’s bank outlining the current cash and credit position or other alternative means of demonstrating financial standing.
Once the Council has received and considered such financial information as is made available in line with the requirements above, the Council shall have discretion to ask Tenderers to provide either a parent company guarantee and/or a guarantee from an agreed financial institution as it considers appropriate (acting reasonably).
In the event that additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.
III.1.3)Technical and professional ability
Tenderer’s will be required to provide evidence of having the necessary capacity and capability to deliver the requirements for the Supply and Installation of Timber Fencing. The below requirements will be requested at the ‘Request for Documentation’ Stage:
Two (2) examples of the provision of similar services from within the last 3 years;
If Tenderers are unable to provide two (2) examples the tenderer may be required to explain why examples cannot be provided.
Tenderers may also be required to provide:
Technical Skills:
A statement of the relevant professional and technical skills available within your organisation; or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance:
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant professional and technical skills required for this procurement exercise.
Technical Resources:
A statement of the relevant technical resources such as the tools, plant, facilities and technical equipment available to your organisation, or where applicable, consortium members and/or named sub-contractors in relation to this procurement exercise.
Guidance:
The buyer will use the information you provide to evaluate whether your organisation; consortium members and/or named sub-contractors have the relevant technical resources for this procurement exercise.
Technical Confirmation:
If available, copies of completion certificates or customers’ written declaration which validates the examples you have provided.
Guidance:
Buyers will not score this question or mark you down if you cannot provide certificates or customer declarations. However, if you cannot provide either the Authority may choose to contact customers cited directly in order to validate the experience examples you have provided without any further reference to you.
III.2.2)Contract performance conditions:
Due to character restrictions of this section of the notice on PCS the contract performance conditions have been detailed in the Contract Notice word document which can be found within the attachments area of PCS-T.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
A future contract notice will be published in preparation for the replacement contract in 4 years’ time.
VI.2)Information about electronic workflows
VI.3)Additional information:
It is a requirement of this Framework that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded Framework, indicated below:
Tenderers must be a registered waste carrier as defined by The Controlled Waste (Registration of Carriers and Seizure of Vehicles) Regulations 1991.
Tenderers must comply with the EU Timber Regulation (EUTR).
Tenderers must be able to provide a copy of their up-to-date chain of custody certificate(s).
Economic operators 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.
Quality Assurance/Health and Safety Requirements:
Tenderers may be required to provide the following for Quality Assurance/Health and Safety Requirements:
Either:
Option A) If a Tenderers organisation holds a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent), or if a Tenderers organisation 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, then a copy of the certificate may be requested; or,
Option B) If a Tenderers organisation has a policy for Health and Safety (H&S) management, then a copy of the policy may be requested.
Guidance:
Organisations with less than 5 employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on microbusinesses in particular will be taken into account by buyers and the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 6443. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
It has become clear that there is scope within the EU legal framework which applies to public contracts, to use contracts to deliver wider social benefits such as:
— Targeted recruitment and training (providing employment and training opportunities/Apprenticeships);
— SME and social enterprise development;
— Community engagement.
As part of your response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.
(SC Ref:457156).
VI.4.1)Review body
Newton House, 30 Green Street Lane
Ayr
KA8 8BH
United Kingdom
Telephone: +44 3001230900Internet address:http://www.south-ayrshire.gov.uk/procurement/
VI.5)Date of dispatch of this notice:
Related Posts
Framework for Forest Management Operations in South England
Supply and Installation of Fencing