Trade Services Framework Agreement – The Highland Council
Repair, maintenance and undertaking of minor works to maintain and improve The Highland Council estate. 16 Lots.
United Kingdom-Inverness: Construction work
2019/S 124-301961
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Council Headquarters, Glenurquhart Road
Inverness
IV3 5BX
United Kingdom
Telephone: +44 1463702670
E-mail: CPSSProcurement@Highland.gov.uk
NUTS code: UKM6
Internet address(es):Main address: http://www.highland.gov.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Trade Services Framework Agreement 2019
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Highland Council require a multiple supplier Framework Agreement for the repair, maintenance and undertaking of minor works to maintain and improve The Highland Council estate and to assist in the delivery of its property maintenance programme. The requirement includes an element of capital work and covers both domestic and non-domestic properties and planned and reactive work.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 1: General Builder Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— repair and replacement of chimneys,
— stone masons,
— plastering/roughcasting,
— monumental masons,
— bricklayer,
— steeplejacks,
— building damage prevention,
— downtakings.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 2: Fabrication
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— welding,
— blacksmith.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 4: Pest Control
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services may consist of but are not limited to the control of:
— rodents,
— gulls,
— vermin,
— fleas,
— wasps and bees,
— ants,
— slugs.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 5: Specialist Cleaning
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Services may consist of but are not limited to:
— the emptying of septic tanks,
— deep cleaning services,
— industrial cleaning,
— blast cleaning,
— window cleaning,
— sharps,
— bodily fluids.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 6: Plumbing
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— alteration and removal of existing systems,
— installation and alteration of sanitary appliances and ancillary fittings,
— foul drainage above ground,
— mains water supply,
— hot and cold water supply and distribution,
— heat sources and central heating systems,
— non domestic ventilation and air conditioning systems,
— central control and building management systems,
— specialist piped supply installations e.g. natural gas, oxygen and compressed air,
— attendance on specialist mechanical installations,
— associated builders work in connection with the services,
— all testing, commissioning and demonstrations,
— lead roofing repair and replace,
— repair and replace rainwater goods.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 12: Fencing and Gates
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— repairs, maintenance and installation of fencing and gates,
— installation and removal of temporary security fencing.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Council shall have the option to extend the Framework Agreement for an additional period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 3: Floor Covering and Furnishings
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— screed and floor covering,
— carpets,
— vinyl.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 8: Joinery
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— downtaking and investigative works,
— alteration of existing timber structures,
— temporary repair work e.g. boarding-up windows and doors,
— cutting out and replacing defective timbers, including rafter and joist-end replacements,
— timber frames, wall, floor and roof ceiling constructions, including all associated linings and insulation,
— skirting’s, architraves and association trims,
— installation of timber and UPVC windows and doors,
— timber stairs, ramps and balustrades,
— minor suspended ceiling installations and alterations,
— external timber and cement board cladding,
— general glazing works and installation of roof lights,
— installation of domestic and non-domestic kitchen fittings,
— bespoke solutions, e.g. reception desks, fitting cupboards, shelving,
— partitions, dry lining and suspended ceilings,
— ironmongers.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 9: Electrical
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— alteration and removal of existing services,
— domestic ventilation installations,
— electrical mains and sub-mains distribution,
— power installations e.g. re-wires,
— lighting and specialist lighting installations,
— local electricity generation systems,
— earthing and bonding installations,
— communication systems – visual, audio, data,
— security systems–alarm, detection, CCTV,
— fire alarm system,
— electrical safety checks.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 16: Principal Contractors
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
— in circumstances where there is more than one contractor a contractor will act as the principal contractor,
— site wide principal contractor.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 15: Asbestos Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Works which may consist of but are not limited to:
— surveying and sampling,
— non-licenced work,
— licenced work,
— analytical services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 14: Scaffolders
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision and ongoing alteration, maintenance and inspection of access scaffolding. Design and installation of non-standard scaffolding which may include the following:
— cantilevered scaffolds,
— truss-out scaffolds,
— façade retention,
— buttressed, free-standing scaffolds,
— support scaffolds,
— complex loading bays,
— staircases and fire-escapes,
— chimney scaffolds.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 13: Ground Works and Excavation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— removal or treatment of contaminated ground material, excluding asbestos,
— site dewatering and pumping,
— earthwork support,
— traffic and pedestrian management,
— ground investigation and location of existing services,
— all works to form standard foundations e.g. piling,
— remedial works to existing foundations including underpinning,
— drainage and services below ground including all associated testing and commissioning,
— in-situ concrete works, associated reinforcement and formwork,
— cementitious and granolithic screeds,
— site clearance and eradication of plant growth,
— site profiling,
— grubbing up redundant services and foundations,
— work to alter existing and form new minor paths, carparks, play surfaces, paved areas,
— soft landscaping and planting,
— land drainage,
— formation of ramps, steps and retaining walls,
— builders works in connection with external services.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 11: Roofing and Insulation Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— provision and ongoing alteration, maintenance and inspection of minor access equipment,
— cleaning, repair or replace of gutters and blocked rain-water drainage,
— repair to and replacement of existing slates, tiles, copings and flashings,
— installation and maintenance of single ply systems, GRP roofs and high performance felting systems.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 10: Painting and Decorating
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— internal and external works,
— surface preparation e.g. Ames, taping, filling,
— surface decoration of ceilings, walls, floors, timbers and metalwork.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for a further period of up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Lot 7: Heating and Ventilation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Repairs and minor works which may consist of but are not limited to:
— heat sources and central heating systems,
— non domestic ventilation and air conditioning systems,
— central control and building management systems,
— specialist piped supply installations e.g. natural gas, oxygen and compressed air,
— attendance on specialist mechanical installations,
— associated builders work in connection with the services,
— all testing, commissioning and demonstrations,
— micro renewables.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The Framework Agreement shall have an option to extend for up to 12 months.
II.2.10)Information about variants
II.2.11)Information about options
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
Tenderers are required to have the following accreditation to be considered for any lot on this Framework Agreement, including acting as a contractor and/or principal contractor or designer and/or principal designer:
— Contractors Health and Safety (CHAS), or
— Safety Schemes in Procurement (SSIP) SSIP.
In addition tenderers are directed to the minimum requirements contained in the attachments section of Public Contracts Scotland Tender named ‘Minimum Requirements from Contract Notice’ which they must comply with.
III.1.2)Economic and financial standing
— contractors must have public liability insurance: 5 000 000 GBP for each and every claim,
— employers liability of 5 000 000 GBP (where applicable)for each and every claim.
— public liability insurance: 5 000 000 GBP each and every claim,
— employers liability of 5 000 000 GBP (where applicable) for each and every claim.
III.1.3)Technical and professional ability
Tenderers must provide 2 relevant examples of works carried out in the past 5 years for every Trade lot that they wish to be considered for.
Tenderers must provide this information in Part 4C Works Section of the ESPD.
2 relevant examples of works carried out in the past 5 years for every relevant trade lot
III.2.2)Contract performance conditions:
As stated in the tender and contract documentation.
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.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Tenderers should note that for each of the 16 trade lots, there shall be a maximum of 6 suppliers appointed for performing domestic works and a maximum of 6 suppliers appointing for performing non-domestic works in any one geographic area.
Tenderers can further choose to bid for 1 or all 8 geographic areas.
The buyer is using PCS-Tender to conduct this ITT exercise. The project code is 13634. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
The Highland Council is committed to securing meaningful environmental, social and economic value in procurements and to working with all sectors of the business community in order to achieve increased prosperity. As responsible and ethical buyers, the Council are embeding the key principles of sustainability into this Framework Agreement for the benefit of society, the economy and the environment. Sustainable procurement provides an extremely effective lever to further local and national priorities. For more information please refer to ‘Trades Community Benefits Requirements’ attached in PCS-T
(SC Ref:588451).
VI.4.1)Review body
Council Headquarters, Glenurquhart Road
Inverness
IV3 5BX
United Kingdom
Telephone: +44 1349886606Internet address: http://www.highland.gov.uk/
VI.5)Date of dispatch of this notice: