Notice Information
Notice Title
Crookfur Primary School Extension
Notice Description
East Renfrewshire Council are looking to appoint a suitably experienced provider to undertake the Design and Construction of an extension to Crookfur Primary School. Works will include but not limited to: A two storey building is to accommodate 6no. Classrooms, staff, pupil and accessible toilet facilities, cloakrooms, staff room, parent room, store rooms, additional plant, new car parking, courtyard playground and substructure works.
Lot Information
Lot 1
East Renfrewshire Council are looking to appoint a suitably experienced provider to undertake the Design and Construction of an extension to Crookfur Primary School. Works will include but not limited to: A two storey building is to accommodate 6no. Classrooms, staff, pupil and accessible toilet facilities, cloakrooms, staff room, parent room, store rooms, additional plant, new car parking, courtyard playground and substructure works. Access to the extension is to be via a refurbished and extended entrance/reception area with adjacent extended office. The extension is to be accessible, allowing for platform lifts and ramps throughout. The building extension appearance is to be in keeping with the existing school, with use of metal roof, timber wall cladding and brick base course. To include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services. External works including retaining walls, paths, car park, lighting, drainage works and making good surfaces. Route 3 Open work Procurement Route
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-034c18
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/017778-2022
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45210000 - Building construction work
45214000 - Construction work for buildings relating to education and research
45300000 - Building installation work
45400000 - Building completion work
Notice Value(s)
- Tender Value
- £2,700,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 29 Jun 20223 years ago
- Submission Deadline
- 29 Jul 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- Sean Skelton
- Contact Email
- sean.skelton@eastrenfrewshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-034c18-2022-06-29T15:10:08+01:00",
"date": "2022-06-29T15:10:08+01:00",
"ocid": "ocds-h6vhtk-034c18",
"description": "Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council's economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy. . Tier 1. Targeted recruitment and training for priority employability groups. Tier 2. Work experience placements for the same target groups. Tier 3. Curriculum support for schools and those on employability pathways. Tier 4. Community Enhancement for community groups and projects. Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support. (SC Ref:680375) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21614. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: See additional Information section (SC Ref:698695)",
"initiationType": "tender",
"tender": {
"id": "ERC000053",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Crookfur Primary School Extension",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "East Renfrewshire Council are looking to appoint a suitably experienced provider to undertake the Design and Construction of an extension to Crookfur Primary School. Works will include but not limited to: A two storey building is to accommodate 6no. Classrooms, staff, pupil and accessible toilet facilities, cloakrooms, staff room, parent room, store rooms, additional plant, new car parking, courtyard playground and substructure works.",
"value": {
"amount": 2700000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "East Renfrewshire Council are looking to appoint a suitably experienced provider to undertake the Design and Construction of an extension to Crookfur Primary School. Works will include but not limited to: A two storey building is to accommodate 6no. Classrooms, staff, pupil and accessible toilet facilities, cloakrooms, staff room, parent room, store rooms, additional plant, new car parking, courtyard playground and substructure works. Access to the extension is to be via a refurbished and extended entrance/reception area with adjacent extended office. The extension is to be accessible, allowing for platform lifts and ramps throughout. The building extension appearance is to be in keeping with the existing school, with use of metal roof, timber wall cladding and brick base course. To include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services. External works including retaining walls, paths, car park, lighting, drainage works and making good surfaces. Route 3 Open work Procurement Route",
"awardCriteria": {
"criteria": [
{
"name": "Methodology",
"type": "quality",
"description": "35"
},
{
"name": "On site House Keeping",
"type": "quality",
"description": "10"
},
{
"name": "Phasing of works",
"type": "quality",
"description": "25"
},
{
"name": "Recycling of Waste / Recovery of Materials",
"type": "quality",
"description": "10"
},
{
"name": "Community Benefits",
"type": "quality",
"description": "10"
},
{
"name": "Fairwork",
"type": "quality",
"description": "10"
},
{
"type": "price",
"description": "70"
}
]
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45210000",
"description": "Building construction work"
},
{
"scheme": "CPV",
"id": "45214000",
"description": "Construction work for buildings relating to education and research"
},
{
"scheme": "CPV",
"id": "45300000",
"description": "Building installation work"
},
{
"scheme": "CPV",
"id": "45400000",
"description": "Building completion work"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Due to the nature of the works it is mandatory that all of the successful contractor's staff or staffs of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS) or the Scottish Construction Operative Registration Executive (SCORE).",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "1.Insurance 2 .Credit Check The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. ast Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these works Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover or Credit Safe score that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award ( Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents.",
"minimum": "1 . Public Liability and Employers Liability 5m GBP Professional Indemnity/ Contractors all risk 2m GBP 2. To establish the financial standing of a potential Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Tenders are asked to provide their company number so that the council can run this report. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Previous Experience",
"minimum": "Bidders will be required to provide 2 examples of similar services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of this Contract Notice and within all tender documents. The examples provided must be of a similar value, size and scope.",
"appliesTo": [
"supplier"
]
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-07-29T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2022-07-29T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-07-29T12:00:00+01:00"
},
"hasRecurrence": false,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
}
},
"parties": [
{
"id": "GB-FTS-1036",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Sean Skelton",
"email": "sean.skelton@eastrenfrewshire.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.eastrenfrewshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-7069",
"name": "Paisley Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1036",
"name": "East Renfrewshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000698695"
}
],
"language": "en"
}