Award

St James' Playing Field Modular Pavilion

RENFREWSHIRE COUNCIL

This public procurement record has 4 releases in its history.

Award

23 May 2024 at 13:17

TenderUpdate

02 Jun 2023 at 14:59

Tender

09 May 2023 at 14:38

Planning

13 Mar 2023 at 11:40

Summary of the contracting process

The Renfrewshire Council is initiating a public procurement process for the "St James' Playing Field Modular Pavilion" project. The project involves seeking a contractor to supply and erect prefabricated modular buildings for changing pavilions. The procurement is being carried out using a restricted procedure with two stages: Request to Participate and Invitation to Tender. The estimated value of the contract is 2 million GBP. The procurement method is selective, and the deadline for the tender was on 9th June 2023.

This tender provides opportunities for contractors experienced in modular construction projects within the leisure and sports category. Businesses capable of providing high-quality prefabricated buildings along with expertise in structural design and building warrant submission would be well-suited to compete. The Renfrewshire Council, as the buying organisation, aims to select qualified contractors for this project, creating growth opportunities for businesses adept at delivering modular building solutions within the specified industry category.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

St James' Playing Field Modular Pavilion

Notice Description

The purpose of this project is to seek a suitably qualified and experienced contractor to supply and erect 2 separate prefabricated modular buildings for use as changing pavilions on the existing St. James' site. The contractor will also be responsible for full Building Warrant submission including structural design of the entire Modular Building superstructure and substructure, inclusive of foundation slabs and any piling alongside all other necessary design information to obtain a Building Warrant for the entire project.

Lot Information

Lot 1

The contract is to supply and erect 2 separate prefabricated modular buildings. The estimated value of the contract is 2m GBP and this procurement is being conducted in accordance with a Regulated Supply Contract above Government Procurement Agreement (GPA) Threshold. The Council is utilising a restricted procedure which is being conducted in two stages. Stage 1 - Request to Participate and Stage 2 - Invitation to Tender. The Council is seeking a suitably qualified and experienced contractor to supply and erect 2 separate prefabricated modular buildings for use as changing pavilions on the existing St. James' site. The contractor will also be responsible for full Building Warrant submission including structural design of the entire Modular Building superstructure and substructure, inclusive of foundation slabs and any piling alongside all other necessary design information to obtain a Building Warrant for the entire project. Full details on the Council's requirements and supporting documentation can be found in the ITP & ITT documents contained in the general attachments area on PCS-t.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03b231
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016338-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Dynamic
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work


CPV Codes

44100000 - Construction materials and associated items

44211000 - Prefabricated buildings

44211100 - Modular and portable buildings

45000000 - Construction work

45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants

45223300 - Parking lot construction work

45223800 - Assembly and erection of prefabricated structures

45223810 - Prefabricated constructions

45223820 - Prefabricated units and components

45233161 - Footpath construction work

Notice Value(s)

Tender Value
£2,200,000 £1M-£10M
Lots Value
£2,200,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£2,723,940 £1M-£10M

Notice Dates

Publication Date
23 May 20241 years ago
Submission Deadline
9 Jun 2023Expired
Future Notice Date
23 Apr 2023Expired
Award Date
8 Mar 20241 years ago
Contract Period
16 Dec 2023 - 11 Sep 2024 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Louise Bishop
Contact Email
louise.bishop@renfrewshire.gov.uk
Contact Phone
+44 3003000300

Buyer Location

Locality
PAISLEY
Postcode
PA1 1JB
Post Town
Paisley
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
Renfrewshire
Electoral Ward
Paisley East and Central
Westminster Constituency
Paisley and Renfrewshire South

Supplier Information

Number of Suppliers
1
Supplier Name

SKW CONSTRUCTION

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03b231-2024-05-23T14:17:48+01:00",
    "date": "2024-05-23T14:17:48+01:00",
    "ocid": "ocds-h6vhtk-03b231",
    "description": "The buyer is using PCS-Tender to conduct this ITP exercise. The Project code is 24101. For more information see: http://www.publiccontractsscotland.gov.uk (SC Ref:767406)",
    "initiationType": "tender",
    "tender": {
        "id": "RC-CPU-22-237",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "St James' Playing Field Modular Pavilion",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "44211100",
            "description": "Modular and portable buildings"
        },
        "mainProcurementCategory": "goods",
        "description": "The purpose of this project is to seek a suitably qualified and experienced contractor to supply and erect 2 separate prefabricated modular buildings for use as changing pavilions on the existing St. James' site. The contractor will also be responsible for full Building Warrant submission including structural design of the entire Modular Building superstructure and substructure, inclusive of foundation slabs and any piling alongside all other necessary design information to obtain a Building Warrant for the entire project.",
        "value": {
            "amount": 2200000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The contract is to supply and erect 2 separate prefabricated modular buildings. The estimated value of the contract is 2m GBP and this procurement is being conducted in accordance with a Regulated Supply Contract above Government Procurement Agreement (GPA) Threshold. The Council is utilising a restricted procedure which is being conducted in two stages. Stage 1 - Request to Participate and Stage 2 - Invitation to Tender. The Council is seeking a suitably qualified and experienced contractor to supply and erect 2 separate prefabricated modular buildings for use as changing pavilions on the existing St. James' site. The contractor will also be responsible for full Building Warrant submission including structural design of the entire Modular Building superstructure and substructure, inclusive of foundation slabs and any piling alongside all other necessary design information to obtain a Building Warrant for the entire project. Full details on the Council's requirements and supporting documentation can be found in the ITP & ITT documents contained in the general attachments area on PCS-t.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 2200000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "startDate": "2023-12-16T00:00:00Z",
                    "endDate": "2024-09-11T23:59:59+01:00"
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The works to the St James' Playing Field Modular Buildings RTP Technical Questionnaire contains questions which will form the weighted criteria to be used to reduce the number of Candidates to be selected to tender. The questions and weightings are noted below. TQ1. Technical and Professional Ability - 20% TQ2. Design and Build Contracting - 20% TQ3. Sub-Structure Design - 15% TQ4. Bespoke Facade Treatment - 15% TQ5. Obtaining Statutory Consents - 10% TQ6. Low Carbon Design - 10% TQ7. Local Landscaping Design - 10% Candidates must fully complete and return all elements of the Qualification Envelope as required and be ranked in the top five Candidates after evaluation of the Technical Envelope. The Council intends to limit the number of otherwise qualified Candidates invited to tender to a minimum of five (5) and a maximum of five (5) i.e. a total of five (5) Candidates. The Council however reserves the right to invite more than 5 Candidates to tender where the Council considers this is necessary to ensure sufficient competition and equal treatment of Candidates, or in the event that any Candidate progresses from the Qualification Envelope with a final Technical Envelope score within 1% of the fifth ranked score. The council reserves the right to invite less than 5 Candidates to tender where it does not receive 5 RTPs which meet the minimum requirements."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "44211100",
                        "description": "Modular and portable buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44100000",
                        "description": "Construction materials and associated items"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45212000",
                        "description": "Construction work for buildings relating to leisure, sports, culture, lodging and restaurants"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223300",
                        "description": "Parking lot construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223810",
                        "description": "Prefabricated constructions"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233161",
                        "description": "Footpath construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223800",
                        "description": "Assembly and erection of prefabricated structures"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44211000",
                        "description": "Prefabricated buildings"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223820",
                        "description": "Prefabricated units and components"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire Local Authority Area"
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2023-04-24T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Candidate must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Procurement (Scotland) Regulations 2015.) Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Failure to do so may result in the Candidate being disqualified from the process",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Candidates are required to have a minimum yearly \"general\" turnover of at least 3,000,000 GBP for the past two years. Candidates must confirm if they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below: It is a requirement of this contract that Candidates hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Minimum Standards: Employers liability- statutory minimum 5m GBP each and every claim Public liability 10m GBP, each and every claim Contractors all risk - value of the contract +15% Professional indemnity - 1m GBP in the aggregate Statutory third party motor vehicle cover with a valid MV certificate in the company name. The Council will use a Dun & Bradstreet (D&B) Failure Score of 30 or above in order to assist the assessment of the financial stability of the Candidate. It is recommended that Candidates review their own D&B Failure Score in advance of submitting their RTP Submission. If, following this review, Candidates consider that the D&B Failure Score does not reflect their current financial status; the Candidate should give an explanation within the RTP Submission, together with any relevant supporting independent evidence. Where the Candidate is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their RTP Submission in order that the Council may assess these to determine the suitability of the Candidate to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Candidate intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Candidate must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end",
                    "minimum": "Where required, the Council may request evidence from Candidates that details their annual turnover for the period stated. Candidates who commenced trading within the last four years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Candidate unable to demonstrate the required general annual turnover stated to the Councils satisfaction of the Council may be assessed as a FAIL and may be excluded from the competition. Where a Candidate fails to meet the Economic and Financial Standing Criteria stated above, they may still proceed to the evaluation stage if: 1. The company accounts are provided for assessment and are deemed satisfactory in relation to his project by Renfrewshire Council. OR 2. Where they have a Parent Company that meets the Financial Criteria and that Parent Company is prepared to provide a Parent Company Guarantee (PCG) in the form contained within the Standard Documentation. Please note, it will be at the sole discretion of Renfrewshire Council to conclude which of the above is appropriate to satisfy this condition. No amendments to the terms and conditions of this form of Parent Company Guarantee will be accepted after award of the Contract. Where the Candidate has no parent company and does not operate as part of a group, the Candidate must make this clear within the RTP Submission. Where the Candidate has a parent company the Candidate must provide within their RTP Submission, full details of the parent company. The Council reserves the right to request the audited accounts of the parent company. Candidates must self-declare as part of the SPD (Scotland) as contained in the Qualification Envelope that they will have the requested insurance cover as detailed in this document, the SPD and Contract Notice, and are required to provide evidence of this cover in the form of the following: A letter from their company's insurance broker confirming the insurances the insurance broker has arranged on behalf of their company. This is normally referred to as a \"to whom it may concern \" letter and includes summary details of the insurance cover held including the name of the insurer or underwriter, the policy number, the date cover begins and ends, the extent of the cover, including indemnity limits, excess levels and any special conditions or warranties applicable. The letter must be provided in electronic format. If Candidates do not currently hold this level of cover they may in the SPD (Scotland) state that in the event of being successful in the procurement process for a Contract, the required insurance cover will be put in place. Evidence of the required insurance cover will be a condition of entering into a Contract. It is condition of the Contract that these minimum indemnity levels be held for the duration of the Contract and updated evidence will be required on the insurance renewal date. Candidates unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the competition. Candidates who do not achieve a minimum D&B failure score of 30 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and may be excluded from the competition. Candidates who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the RTP Submission deadline may be assessed as a FAIL and may be excluded from the competition. Candidates that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the RTP Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise may be assessed as a FAIL and may be excluded from the competition.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "4C.1 Previous Experience Candidates are required to provide a minimum of two examples of Similar Projects as stated in the Statement of Requirements completed within the last five years. Examples should be similar in scope, scale and duration. Examples should include: -Name of project with brief description and duration, including start and end dates (month/ year) it was carried out, -Name of client, -Name of contact within the client's organisation and their contact details, who may be contacted for further information, and -Brief description of whether, or not, the project was completed on time and within budget",
                    "minimum": "Candidates unable to submit at least two projects similar in scope and scale to the Statement of Requirement may not be considered.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Community Benefits will be part of the award criteria. Details will be confirmed in the ITT.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "tenderPeriod": {
            "endDate": "2023-06-09T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-07-28T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "hasRecurrence": false,
        "reviewDetails": "Precise information on deadline(s) for review procedures: An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2023-06-09T12:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-06-16T12:00:00+01:00"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ],
                "description": "An extension was requested by a contractor and agreed by The Council."
            }
        ],
        "techniques": {
            "hasDynamicPurchasingSystem": true,
            "hasElectronicAuction": true
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1038",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Louise Bishop",
                "telephone": "+44 3003000300",
                "email": "louise.bishop@renfrewshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.renfrewshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-8003",
            "name": "Please refer to VI.4.3 below",
            "identifier": {
                "legalName": "Please refer to VI.4.3 below"
            },
            "address": {
                "locality": "UK",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-82237",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH11RQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        },
        {
            "id": "GB-FTS-114481",
            "name": "SKW Construction Ltd",
            "identifier": {
                "legalName": "SKW Construction Ltd"
            },
            "address": {
                "streetAddress": "54 Belle Vue Street",
                "locality": "Scarborough",
                "region": "UK",
                "postalCode": "YO127EP",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1038",
        "name": "Renfrewshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731384"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "016338-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-114481",
                    "name": "SKW Construction Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "016338-2024-1",
            "awardID": "016338-2024-1",
            "status": "active",
            "value": {
                "amount": 2723940.5,
                "currency": "GBP"
            },
            "dateSigned": "2024-03-08T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}