Notice Information
Notice Title
Framework Agreement for the Provision of Trades Contractors
Notice Description
The purpose of this Framework Agreement is to give the Council a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects. The Council has its own multi trade in-house maintenance provider therefore this Framework Agreement will only be used where there is no capacity within the Councils in-house resources. The trades required would be; ~ Electricians ~ Joiners ~ General Builders ~ Plumbers ~ Plasterers / Ceramic Tilers ~ Roofers (Built Up Felt Roofing) ~ Metal Fence Erectors / General Blacksmiths ~ Painters / Decorators ~ Suspended Ceiling Installers ~ Heating Engineers There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.
Lot Information
Electrical Works
The employment of electrical contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned electrical works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Joiner WorksThe employment of joinery contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned joinery works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
General Builders WorksThe employment of general building contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned general builder works under this Lot. Examples of builder works would be brickwork, roughcasting, rendering, concrete work etc. This Lot would also include for the provision of labourers/drivers. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Plumber WorksThe employment of plumbing contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned plumbing works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Plasterer / Ceramic Tiler WorksThe employment of plastering/tiling contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned plastering/tiling works under this Lot. Tiling work would be the application of ceramic wall and floor tiles. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Flat Roofing (BUR) WorksThe employment of Flat Roofing (BUR) contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned Flat Roofing (BUR) works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Metal Fencing / General Blacksmiths WorksThe employment of Blacksmiths to provide a reactive repair and maintenance service to the Council. Examples of work that would be carried out under this Lot are; ~ supply and installation of metal fencing and gates. ~ repairs to existing metal fencing and gates. ~ manufacture and installation of external metal handrails, grab rails and balustrades. ~ manufacture and installation of disabled access ramps. ~ general blacksmith works. There will also be an option to procure planned Blacksmith works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Painter / Decorator WorksThe employment of Painting and Decorating Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned painting and decorating works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Suspended Ceiling WorksThe employment of Suspended Ceiling Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned Suspended Ceiling works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Heating Engineer WorksThe employment of Heating Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned heating works under this Lot. Suppliers require to be Gas Safe registered (or equivalent) in both domestic and commercial applications Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Multi Trades WorksThe employment of Multi Trades Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned Multi Trades works under this Lot. Contractors awarded onto this Lot would require to be able to provide all the trades from Lots 1 to 10 to be deployed on a single Work Package as required. Contractors may also be required to provide trades not specifically included within Lots 1 to 10. Where a multi trades Work Package is awarded the Supplier will be required to supervise and coordinate all the trades under their control to ensure the efficient completion of the Work Package. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000497098
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV299929
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- 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
50 - Repair and maintenance services
-
- CPV Codes
45000000 - Construction work
45261214 - Bituminous roof-covering work
45261900 - Roof repair and maintenance work
45261920 - Roof maintenance work
45262300 - Concrete work
45262520 - Bricklaying work
45262522 - Masonry work
45262670 - Metalworking
45262680 - Welding
45310000 - Electrical installation work
45311100 - Electrical wiring work
45311200 - Electrical fitting work
45324000 - Plasterboard works
45330000 - Plumbing and sanitary works
45341000 - Erection of railings
45342000 - Erection of fencing
45410000 - Plastering work
45421000 - Joinery work
45421146 - Installation of suspended ceilings
45431000 - Tiling work
45431100 - Floor-tiling work
45431200 - Wall-tiling work
45442100 - Painting work
45442180 - Repainting work
45451000 - Decoration work
50531100 - Repair and maintenance services of boilers
50531200 - Gas appliance maintenance services
50720000 - Repair and maintenance services of central heating
Notice Value(s)
- Tender Value
- £23,200,000 £10M-£100M
- Lots Value
- £23,200,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Oct 20178 years ago
- Submission Deadline
- 9 Aug 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Oct 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 4 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Brian Bradley
- Contact Email
- brian.bradley@renfrewshire.gov.uk, cpu@renfrewshire.gov.uk
- Contact Phone
- +44 1416185638, +44 1416187042
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288824
Framework Agreement for the Provision of Trades Contractors - The purpose of this Framework Agreement is to give the Council a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects. The Council has its own multi trade in-house maintenance provider therefore this Framework Agreement will only be used where there is no capacity within the Councils in-house resources. The trades required would be; ~ Electricians ~ Joiners ~ General Builders ~ Plumbers ~ Plasterers / Ceramic Tilers ~ Roofers (Built Up Felt Roofing) ~ Metal Fence Erectors / General Blacksmiths ~ Painters / Decorators ~ Suspended Ceiling Installers ~ Heating Engineers There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV299929
Framework Agreement for the Provision of Trades Contractors - The purpose of this Framework Agreement is to give the Council a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects. The Council has its own multi trade in-house maintenance provider therefore this Framework Agreement will only be used where there is no capacity within the Councils in-house resources. The trades required would be; ~ Electricians ~ Joiners ~ General Builders ~ Plumbers ~ Plasterers / Ceramic Tilers ~ Roofers (Built Up Felt Roofing) ~ Metal Fence Erectors / General Blacksmiths ~ Painters / Decorators ~ Suspended Ceiling Installers ~ Heating Engineers There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.
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-r6ebe6-0000497098-2017-10-31T00:00:00Z",
"date": "2017-10-31T00:00:00Z",
"ocid": "ocds-r6ebe6-0000497098",
"initiationType": "tender",
"parties": [
{
"id": "org-15",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "cpu@renfrewshire.gov.uk",
"telephone": "+44 1416187042",
"url": "https://www.publictenderscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-18",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-6",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 1416185638",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-7",
"name": "See VI.4.3 Below",
"identifier": {
"legalName": "See VI.4.3 Below"
},
"address": {
"locality": "See VI.4.3 Below"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-6"
},
"tender": {
"id": "RC/FA/124/17",
"title": "Framework Agreement for the Provision of Trades Contractors",
"description": "The purpose of this Framework Agreement is to give the Council a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects. The Council has its own multi trade in-house maintenance provider therefore this Framework Agreement will only be used where there is no capacity within the Councils in-house resources. The trades required would be; ~ Electricians ~ Joiners ~ General Builders ~ Plumbers ~ Plasterers / Ceramic Tilers ~ Roofers (Built Up Felt Roofing) ~ Metal Fence Erectors / General Blacksmiths ~ Painters / Decorators ~ Suspended Ceiling Installers ~ Heating Engineers There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45310000",
"scheme": "CPV"
},
{
"id": "45311100",
"scheme": "CPV"
},
{
"id": "45311200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45324000",
"scheme": "CPV"
},
{
"id": "45421000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "45262520",
"scheme": "CPV"
},
{
"id": "45262522",
"scheme": "CPV"
},
{
"id": "45262300",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "45330000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "4"
},
{
"id": "5",
"additionalClassifications": [
{
"id": "45410000",
"scheme": "CPV"
},
{
"id": "45431000",
"scheme": "CPV"
},
{
"id": "45431100",
"scheme": "CPV"
},
{
"id": "45431200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "5"
},
{
"id": "6",
"additionalClassifications": [
{
"id": "45261214",
"scheme": "CPV"
},
{
"id": "45261920",
"scheme": "CPV"
},
{
"id": "45261900",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "6"
},
{
"id": "7",
"additionalClassifications": [
{
"id": "45262670",
"scheme": "CPV"
},
{
"id": "45262680",
"scheme": "CPV"
},
{
"id": "45341000",
"scheme": "CPV"
},
{
"id": "45342000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "7"
},
{
"id": "8",
"additionalClassifications": [
{
"id": "45442100",
"scheme": "CPV"
},
{
"id": "45442180",
"scheme": "CPV"
},
{
"id": "45451000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "8"
},
{
"id": "9",
"additionalClassifications": [
{
"id": "45421146",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "9"
},
{
"id": "10",
"additionalClassifications": [
{
"id": "50531100",
"scheme": "CPV"
},
{
"id": "50531200",
"scheme": "CPV"
},
{
"id": "50720000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "10"
},
{
"id": "11",
"additionalClassifications": [
{
"id": "45310000",
"scheme": "CPV"
},
{
"id": "45421000",
"scheme": "CPV"
},
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45330000",
"scheme": "CPV"
},
{
"id": "45410000",
"scheme": "CPV"
},
{
"id": "45431000",
"scheme": "CPV"
},
{
"id": "45261900",
"scheme": "CPV"
},
{
"id": "45262670",
"scheme": "CPV"
},
{
"id": "45342000",
"scheme": "CPV"
},
{
"id": "45442100",
"scheme": "CPV"
},
{
"id": "45451000",
"scheme": "CPV"
},
{
"id": "45421146",
"scheme": "CPV"
},
{
"id": "50531200",
"scheme": "CPV"
},
{
"id": "50720000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "All properties under the control of and within the boundary of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM35"
},
{
"region": "UKM83"
}
],
"relatedLot": "11"
}
],
"value": {
"amount": 23200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-08-09T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-08-09T14:00:00Z"
},
"documents": [
{
"id": "JUL288824",
"documentType": "contractNotice",
"title": "Framework Agreement for the Provision of Trades Contractors",
"description": "The purpose of this Framework Agreement is to give the Council a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects. The Council has its own multi trade in-house maintenance provider therefore this Framework Agreement will only be used where there is no capacity within the Councils in-house resources. The trades required would be; ~ Electricians ~ Joiners ~ General Builders ~ Plumbers ~ Plasterers / Ceramic Tilers ~ Roofers (Built Up Felt Roofing) ~ Metal Fence Erectors / General Blacksmiths ~ Painters / Decorators ~ Suspended Ceiling Installers ~ Heating Engineers There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288824",
"format": "text/html"
},
{
"id": "NOV299929",
"documentType": "awardNotice",
"title": "Framework Agreement for the Provision of Trades Contractors",
"description": "The purpose of this Framework Agreement is to give the Council a route to employ specialist contractors to carry out reactive repair, maintenance and lower value one-off projects. The Council has its own multi trade in-house maintenance provider therefore this Framework Agreement will only be used where there is no capacity within the Councils in-house resources. The trades required would be; ~ Electricians ~ Joiners ~ General Builders ~ Plumbers ~ Plasterers / Ceramic Tilers ~ Roofers (Built Up Felt Roofing) ~ Metal Fence Erectors / General Blacksmiths ~ Painters / Decorators ~ Suspended Ceiling Installers ~ Heating Engineers There are Lots for individual trades groups (as mentioned above) and also a Lot for Multi-Trades should an individual work package require the coordinated use of various trades to enable its completion.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV299929",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Electrical Works",
"description": "The employment of electrical contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned electrical works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "Joiner Works",
"description": "The employment of joinery contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned joinery works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "3",
"title": "General Builders Works",
"description": "The employment of general building contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned general builder works under this Lot. Examples of builder works would be brickwork, roughcasting, rendering, concrete work etc. This Lot would also include for the provision of labourers/drivers. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "4",
"title": "Plumber Works",
"description": "The employment of plumbing contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned plumbing works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "5",
"title": "Plasterer / Ceramic Tiler Works",
"description": "The employment of plastering/tiling contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned plastering/tiling works under this Lot. Tiling work would be the application of ceramic wall and floor tiles. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "6",
"title": "Flat Roofing (BUR) Works",
"description": "The employment of Flat Roofing (BUR) contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned Flat Roofing (BUR) works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "7",
"title": "Metal Fencing / General Blacksmiths Works",
"description": "The employment of Blacksmiths to provide a reactive repair and maintenance service to the Council. Examples of work that would be carried out under this Lot are; ~ supply and installation of metal fencing and gates. ~ repairs to existing metal fencing and gates. ~ manufacture and installation of external metal handrails, grab rails and balustrades. ~ manufacture and installation of disabled access ramps. ~ general blacksmith works. There will also be an option to procure planned Blacksmith works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 300000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "8",
"title": "Painter / Decorator Works",
"description": "The employment of Painting and Decorating Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned painting and decorating works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 400000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "9",
"title": "Suspended Ceiling Works",
"description": "The employment of Suspended Ceiling Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned Suspended Ceiling works under this Lot. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 600000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "10",
"title": "Heating Engineer Works",
"description": "The employment of Heating Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned heating works under this Lot. Suppliers require to be Gas Safe registered (or equivalent) in both domestic and commercial applications Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 300000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "11",
"title": "Multi Trades Works",
"description": "The employment of Multi Trades Contractors to provide a reactive repair and maintenance service to the Council. There will also be an option to procure planned Multi Trades works under this Lot. Contractors awarded onto this Lot would require to be able to provide all the trades from Lots 1 to 10 to be deployed on a single Work Package as required. Contractors may also be required to provide trades not specifically included within Lots 1 to 10. Where a multi trades Work Package is awarded the Supplier will be required to supervise and coordinate all the trades under their control to ensure the efficient completion of the Work Package. Contractors should note that this framework will be used to supplement and support in-house resources at times of peak demand therefore the actual volume and value of works to be issued through this Lot is not known.",
"status": "complete",
"value": {
"amount": 16000000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2017-08-09T14:00:00Z",
"address": {
"streetAddress": "Renfrewshire Council Headquarters, Renfrewshire House, Cotton Street, Paisley."
}
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "A majority of the work required under this framework is Reactive Maintenance therefore the contractor will require to abide by the priority coding timescales applicable to a particular work package. Details of the priority codings are detailed within the Invitation to Tender Document."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"description": "The Council will determine the Tenderers financial status and risk where the contract is over GBP100K or where Tenderers have aggregated spend over multiple contracts with Renfrewshire Council over GBP100K. Bidders will be required to have a minimum \"general\" yearly turnover as detailed within the minimum level(s) of standards required below.: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were setup/started trading. The Council will use Dun & Bradstreet (D&B) to assist in its determination of the Tenders financial status and risk rating and will require that all tenderers evidence the equivalent of D&B Failure Score of 20 or above. It is recommended that candidates review their own D&B Failure Score in advance of submitting their tender submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should give a detailed explanation and will be required to provide any relevant supporting independent evidence at request for documentation stage. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. This assessment will consider whether or not the Tenderers annual turnover meets the minimum turnover levels stated previously and whether or not there is any significant financial risk identified. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, a parent company guarantee will be required. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. However the collective annual turnover of all consortium members will be utilised in the overall assessment of annual turnover. Where the tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to the contract, where they fail to meet the Council's minimum financial criteria. 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.",
"minimum": "Employer's (Compulsory) Liability Insurance = statutory minimum GBP5M each and every claim. Public Liability Insurance = minimum GBP5M each and every claim. Statutory third party motor vehicle cover. Contractors All Risk Insurance (CAR) = CAR insurance will not be required for normal day-to-day maintenance and repair works. For one off projects the level of CAR insurance will be set by the Council on a project by project basis but, for guidance purposes, the maximum indemnity limit that may be asked for is GBP172,500.00. Bidders are asked to evidence, at request for documentation stage, the level of CAR insurance they have in place. Bidders should note that the provision of CAR insurance is not a bar to being accepted onto the framework but the Council reserves the right not to award a direct call off work package to a bidder where the bidder is unable to provide the appropriate level of CAR insurance suitable for the work package to be carried out. The level of CAR insurance required for a Quotation Procedure (Mini Competition) will be detailed within the Quotation Procedure (Mini Competition) documentation. Bidders who cannot provide the level of CAR insurance required will not be considered for the award of the Quotation Procedure (Mini Competition). The requirement for CAR Insurance will be at the sole discretion of the Council and will be appropriate to the value and risk of the project to be carried out under this Framework Agreement. Bidders must have a Dun and Bradstreet Failure Score of 20 or above (or equivalent). Bidders will be required to have a minimum \"general\" yearly turnover as detailed below for the last 3 years. Bidding for Lot 1, turnover requirement GBP750K Bidding for Lot 2, turnover requirement GBP100K Bidding for Lot 3, turnover requirement GBP100K Bidding for Lot 4, turnover requirement GBP100K Bidding for Lot 5, turnover requirement GBP100K Bidding for Lot 6, turnover requirement GBP250K Bidding for Lot 7, turnover requirement GBP75K Bidding for Lot 8, turnover requirement GBP100K Bidding for Lot 9, turnover requirement GBP150K Bidding for Lot 10, turnover requirement GBP75K Bidding for Lot 11, turnover requirement GBP4M Where tenderers are bidding for more than one Lot the turnover requirement will be aggregated for the number of Lots bid for. For example, a tenderer who bids for all Lots, 1 to 11 would require to have a general yearly turnover of GBP5.8M - the aggregated turnover requirement for Lots 1 to 11."
},
{
"type": "technical",
"description": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the service as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or 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. OR have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must 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 (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement). Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).",
"minimum": "Relevant experience to carry out the Works/Service the bidder is tendering for. Appropriate level of manpower, management and equipment to service this Contract. Certified to BS EN ISO 9001 (or equivalent) or have a documented and endorsed policy regarding quality management. Certified to BS OHSAS 18001 (or equivalent) or have a documented and endorsed policy regarding Health and Safety. Certified to BS EN ISO 14001 (or equivalent) or have a documented and endorsed policy regarding environmental management."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.",
"hasRecurrence": true,
"recurrence": {
"description": "4 years"
}
},
"language": "EN",
"description": "It should be noted that the value stated against the \"Total value of the contract/lot\", point V.2.4 of Section V: Award of contract for each Lot, is a notional value only and is not a commitment to spend. The actual value spent per Lot may vary (either higher or lower) from the values stated within this Contract award notice but the total value of the framework will not exceed 23,200,000.00 GBP. (SC Ref:515921)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497098"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497098"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC/FA/124/17-1",
"title": "Joiner Works",
"relatedLots": [
"2"
]
},
{
"id": "RC/FA/124/17-2",
"title": "General Builders Works",
"relatedLots": [
"3"
]
},
{
"id": "RC/FA/124/17-3",
"title": "Plumber Works",
"relatedLots": [
"4"
]
},
{
"id": "RC/FA/124/17-4",
"title": "Plasterer / Ceramic Tiler Works",
"relatedLots": [
"5"
]
},
{
"id": "RC/FA/124/17-5",
"title": "Flat Roofing (BUR) Works",
"relatedLots": [
"6"
]
},
{
"id": "RC/FA/124/17-6",
"title": "Metal Fencing / General Blacksmiths Works",
"relatedLots": [
"7"
]
},
{
"id": "RC/FA/124/17-7",
"title": "Painter / Decorator Works",
"relatedLots": [
"8"
]
},
{
"id": "RC/FA/124/17-8",
"title": "Suspended Ceiling Works",
"relatedLots": [
"9"
]
},
{
"id": "RC/FA/124/17-9",
"title": "Heating Engineer Works",
"relatedLots": [
"10"
]
},
{
"id": "RC/FA/124/17-10",
"title": "Multi Trades Works",
"relatedLots": [
"11"
]
},
{
"id": "RC/FA/124/17-11",
"title": "Electrical Works",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC/FA/124/17-1",
"awardID": "RC/FA/124/17-1",
"title": "Joiner Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-2",
"awardID": "RC/FA/124/17-2",
"title": "General Builders Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-3",
"awardID": "RC/FA/124/17-3",
"title": "Plumber Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-4",
"awardID": "RC/FA/124/17-4",
"title": "Plasterer / Ceramic Tiler Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-5",
"awardID": "RC/FA/124/17-5",
"title": "Flat Roofing (BUR) Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-6",
"awardID": "RC/FA/124/17-6",
"title": "Metal Fencing / General Blacksmiths Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-7",
"awardID": "RC/FA/124/17-7",
"title": "Painter / Decorator Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-8",
"awardID": "RC/FA/124/17-8",
"title": "Suspended Ceiling Works",
"status": "active",
"dateSigned": "2017-10-18T00:00:00Z"
},
{
"id": "RC/FA/124/17-9",
"awardID": "RC/FA/124/17-9",
"title": "Heating Engineer Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-10",
"awardID": "RC/FA/124/17-10",
"title": "Multi Trades Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
},
{
"id": "RC/FA/124/17-11",
"awardID": "RC/FA/124/17-11",
"title": "Electrical Works",
"status": "active",
"dateSigned": "2017-10-27T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 129-262913"
}
]
}