United Kingdom-Stirling: Energy and related services
2018/S 128-292101
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
Ground Floor, Moray House, Forthside Way
Stirling
FK8 1QZ
United Kingdom
Telephone: +44 1786433930
E-mail: MjEyZGZjV2lmWWFZYmg0bllmY2tVZ2hZZ1djaGBVYlgiY2ZbImlf
NUTS code: UKM
Internet address(es):
Main address: http://www.zerowastescotland.org.uk/content/tenders
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA20802
Section II: Object
Capacity Building Services for Low Carbon Heat Strategies
The Supplier appointed to this Framework Agreement will be capable of providing technical support for stakeholder engagement, as well as being capable of supporting technical development within supported Local Authorities to improve their technical knowledge and build capacity in relation to the development of Local Heat and Energy Efficiency Strategies (LHEES).
The contractor may be required to deliver the primary requirements of this contract at various locations across Scotland, including the Highlands and Islands as appropriate and relevant.
The Supplier appointed to this Framework Agreement will be capable of providing support for stakeholder engagement on a Call Off basis, as well as being able of supporting technical development within supported Local Authorities to improve their technical knowledge and build capacity in relation to the development of Local Heat and Energy Efficiency Strategies (LHEES).
The Framework covers a range of potential support requirements, which primarily relate to low carbon heat and district heat networks, and which are intended to help build the knowledge and capacity of staff from within and across different teams, departments and locations within a supported Local Authority.
Further details are provided in the Tender document.
Single 12-month extension period available, subject to continued business need and funding.
Over the lifetime of the contract additional relevant options may be required.
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
Section III: Legal, economic, financial and technical information
III.1.1 of the notice is not applicable to this procurement exercise.
There will be no statements and questions used for Section A of Part IV of the ESPD (Scotland).
Statements for 4B.5.1-3
The bidder confirms that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Employer’s (Compulsory) Liability Insurance).
The bidder confirms that they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (For other insurances).
Statements for 4B.5.1-3
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 = 5 000 000.00 GBP
Public Liability Insurance = 5 000 000.00 GBP
Professional Indemnity Insurance = as noted in the tender document
http://www.hse.gov.uk/pubns/hse40.pdf
Note: Bidders should refer to the ‘Supplementary Information for Selection Criteria’, which is provided as an additional document for this procurement exercise, for further information on submission of evidence and how responses to these questions will be evaluated.
Statement for 4C.1.2
Please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice. Examples from both public and/or private sector customers and clients may be provided.
Statement for 4D.1
Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons? If not, please explain why and specify which other means of proof concerning the quality assurance scheme can be provided.
Statement for 4D.2
Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards? If not, please explain why and specify which other means of proof concerning the environmental management systems or standards can be provided.
Statement for 4C.1.2
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/suppliers as described in part II.2.4) of the OJEU Contract Notice, or the relevant section of the Site Notice.
Statements for 4D.1
Bidders must be able to demonstrate the following:
2f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged.
Statements for 4D.2
Bidders must be able to demonstrate the following:
2e. 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.
2f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.).
Note: Bidders should refer to the ‘Supplementary Information for Selection Criteria’, which is provided as an additional document for this procurement exercise, for further information on submission of evidence and how responses to these questions will be evaluated.
Section IV: Procedure
Section VI: Complementary information
Zero Waste Scotland is not using the ESPD module on PCS for this procurement exercise. Bidders must therefore download the ESPD (Scotland) provided for this procurement exercise as an additional document in order to prepare a response.
Failure to follow the instructions provided in either the ‘Supporting Information for Selection Criteria’ document or the Tender document may result in your ESPD (Scotland) response and / or Tender submission being ruled non-compliant. Please read these instructions carefully prior to completing and submitting any response. Any questions relating to these instructions must be raised using the Question and Answer facility through the PCS website.
The questions, weightings and scoring methodology for Selection Criteria can be found in the ‘Supporting Information for Selection Criteria’ document.
Bidders are reminded that only information provided as a direct response to the ESPD (Scotland) will be evaluated. Bidders should complete their response on the basis that Zero Waste Scotland, its staff and advisers have no prior knowledge of their organisation.
Bidders should note that Zero Waste Scotland will carry out due diligence checking on statements made within ESPD (Scotland) responses. A request from Zero Waste Scotland to provide evidence in support of statements made by a Bidder in their ESPD (Scotland) response does not infer that the Bid or the Bidder has been successful.
Quality submissions will be scored using the Scottish Government's recommended scoring convention:
4 - Excellent: Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full;
3 - Good: Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled;
2 - Acceptable: Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas;
1 - Poor: Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient / limited details or explanation to demonstrate how the requirement will be fulfilled;
0 - Unacceptable: Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.
Please do not contact Zero Waste Scotland following a response or submission to enquire if or when a decision will be made. An indicative timetable is provided in the Contract Notice, and Zero Waste Scotland will inform all Bidders of decisions or delays at the same time, by email to the nominated contact only as identified in your response or submission.
Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=538211.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers 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.
(SC Ref:538211)
Ground Floor, Moray House, Forthside Way
Stirling
FK8 1QZ
United Kingdom
Telephone: +44 1786433930
Internet address: http://www.zerowastescotland.org.uk/content/tenders