Award

Johnstone Castle New Build Housing

RENFREWSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

12 Oct 2017 at 00:00

TenderUpdate

03 Aug 2017 at 00:00

Tender

13 Jul 2017 at 00:00

Summary of the contracting process

Renfrewshire Council is initiating a procurement process for the "Johnstone Castle New Build Housing" project, which is part of the Strategic Housing Investment Plan and Local Housing Strategy for the region. Located in Paisley, the project aims to construct 95 new Council homes in the Johnstone area, replacing existing tenements while keeping community ties intact. Currently, the process is at the planning stage, with tender submissions due by 17th August 2017. The procurement will follow a selective method under a restricted procedure in the construction industry.

This tender represents a significant opportunity for construction companies, particularly those with expertise in residential building projects and community-focused developments. Businesses that specialise in general construction services, landscaping, and infrastructure works will be especially well-placed to compete. In addition, firms capable of engaging with local communities and complying with stringent quality and safety requirements will be advantageous candidates for this contract, given the project's emphasis on community benefits and local engagement.

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

Johnstone Castle New Build Housing

Notice Description

The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.

Lot Information

Lot 1

Works that are required to be undertaken within the project include but are not limited to: -Construction of 95 No. New Build homes; -Novation of the Council's appointed Design Team; -Completion of Stage 2 warrant process; -Construction of retaining walls; -External works including driveways, front and back gardens, road and pavement resurfacing; -Utility and Drainage connections; -Installation of kitchen and bathroom fittings; -Accessible use fittings to Wheelchair Bungalow properties. (2 No.); -Site Investigations of Sections C, D and E; -Considerate Constructor Scheme Compliance; -Engagement with local community, resident groups & school (Open days, Newsletters etc.); -Site security through SIA certified contractor; -Traffic Management (In co-ordination with demolition contractor); -Provide Tenant Manual / Information Pack and Training/Demonstration to tenants & Council staff.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000504077
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298280
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45210000 - Building construction work

45211100 - Construction work for houses

45211300 - Houses construction work

Notice Value(s)

Tender Value
£11,500,000 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
12 Oct 20178 years ago
Submission Deadline
17 Aug 2017Expired
Future Notice Date
Not specified
Award Date
12 Oct 20178 years ago
Contract Period
26 Feb 2018 - 30 Jun 2022 4-5 years
Recurrence
Not specified

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Brian Bradley, Judith Hume
Contact Email
brian.bradley@renfrewshire.gov.uk, cpu@renfrewshire.gov.uk, judith.hume@renfrewshire.gov.uk
Contact Phone
+44 1416, +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=JUL289626
    Johnstone Castle New Build Housing - The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298280
    Johnstone Castle New Build Housing - The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.

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-r6ebe6-0000504077-2017-10-12T00:00:00Z",
    "date": "2017-10-12T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000504077",
    "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-52",
            "name": "Please see Section VI.4.3",
            "identifier": {
                "legalName": "Please see Section VI.4.3"
            },
            "address": {
                "locality": "Please see Section VI.4.3"
            },
            "contactPoint": {
                "url": "http://www.renfrewshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-16",
            "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"
            ],
            "details": {
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-38",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "name": "Judith Hume",
                "email": "judith.hume@renfrewshire.gov.uk",
                "telephone": "+44 1416",
                "faxNumber": "+44 14161",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-44",
            "name": "Please see Section VI.4.3",
            "identifier": {
                "legalName": "Please see Section VI.4.3"
            },
            "address": {
                "locality": "Please see Section VI.4.3"
            },
            "contactPoint": {
                "url": "http://www.renfrewshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Renfrewshire Council",
        "id": "org-38"
    },
    "tender": {
        "id": "RC/OC/365/18",
        "title": "Johnstone Castle New Build Housing",
        "description": "The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45211100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45211300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Johnstone"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM35"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 11500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-08-17T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL289626",
                "documentType": "contractNotice",
                "title": "Johnstone Castle New Build Housing",
                "description": "The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL289626",
                "format": "text/html"
            },
            {
                "id": "OCT298280",
                "documentType": "awardNotice",
                "title": "Johnstone Castle New Build Housing",
                "description": "The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298280",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Works that are required to be undertaken within the project include but are not limited to: -Construction of 95 No. New Build homes; -Novation of the Council's appointed Design Team; -Completion of Stage 2 warrant process; -Construction of retaining walls; -External works including driveways, front and back gardens, road and pavement resurfacing; -Utility and Drainage connections; -Installation of kitchen and bathroom fittings; -Accessible use fittings to Wheelchair Bungalow properties. (2 No.); -Site Investigations of Sections C, D and E; -Considerate Constructor Scheme Compliance; -Engagement with local community, resident groups & school (Open days, Newsletters etc.); -Site security through SIA certified contractor; -Traffic Management (In co-ordination with demolition contractor); -Provide Tenant Manual / Information Pack and Training/Demonstration to tenants & Council staff.",
                "status": "cancelled",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-02-26T00:00:00Z",
                    "endDate": "2022-06-30T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "performanceTerms": "Contract performance conditions will be accordance with the Conditions of Contract as stated in paragraph 1.1.2 of the RTP document."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-09-15T00:00:00Z"
        },
        "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": "Bidders will be required to have a minimum yearly \"specific\" turnover of 22,000,000 GBP for the last four years in the business area covered by the contract. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - 10,000,000 GBP each and every claim Public Liability Insurance - 10,000,000 GBP each and every claim Professional Indemnity - minimum 5,000,000 GBP Contractors All Risk - minimum 13,800,000 GBP Statutory Third Party Motor Vehicle Cover 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 Bidder.",
                    "minimum": "Bidders are required to demonstrate they have a minimum yearly \"specific\" turnover of at least 10,000,000 GBP for the past four years in the business area covered by the contract. Bidders must confirm they already have or commit to obtain prior to the commencement of the contract the required insurance levels. 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 Bidder. It is recommended that Bidder review their own D&B Failure Score in advance of submitting their RTP Submission. If, following this review, Bidders consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the RTP Submission, together with any relevant supporting independent evidence. Where the Bidder 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 Bidder to undertake a contract of this size. Further information is contained within the RTP document. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Bidder must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of the last 2 financial years' audited accounts and details of significant changes since the last financial year end in respect of any proposed sub-contractor."
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work 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 details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures 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 that they have (or have access to) the relevant supply chain management and tracking systems used by them 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 their average annual manpower for the last three years. Bidders will be required to confirm 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.",
                    "minimum": "Bidders are required to provide two examples of similar to this Project as stated in the Statement of Requirements (where these projects are not in a house building environment you should describe how you consider these to be similar) completed within the last five years. Bidders should provide details of the main person employed who would be responsible for the delivery of this project. Bidders should provide details of the technical facilities and measures for ensuring quality and the study and research facilities used. Bidders are required to provide a statement detailing their supply chain and contract management procedures they currently have in place. Bidders are required to confirm their average annual manpower for the last three years. Bidders are required to provide the number of managerial staff within their organisation for the last three years. Bidders are required to confirm that they have (or have access to) the relevant tools, plant or technical equipment to fully deliver the statement of requirements. Bidders are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted. Minimum Standards for ESPD Section 4D are contained within section 3.2 of the RTP document contained within the Supplier Attachment"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-03-19T00:00:00Z"
            }
        },
        "classification": {
            "id": "45210000",
            "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": false,
        "amendments": [
            {
                "id": "amd-16",
                "description": "Description of the Procurement Please amend section II.2.4 - Description of the Procurement: The Council has determined that as the work is likely to be carried out in 2 phases it may be necessary to reduce the contract in certain circumstances. The council intends to award a contract for phase 1, which incorporates sections A,B and D amounting to 73 units, with an option to incorporate phase 2, which incorporates sections C and E amounting to 22 units when a number of ongoing issues have been resolved i.e. voluntary acquisition or CPO of a small number of properties. If sections of phase 2 are delayed substantially or unable to proceed due to statutory processes i.e. CPO, which make it impractical to incorporate these into the contract by extension, it would be the council's intention to reduce the initial contract to include phase 1 and sections of phase 2 which can proceed only and utilise the negotiated procedure without competition to award a subsequent contract for such sections of phase 2 to the successful tenderer for phase 1 when/if the council is able to proceed. Full details of the proposed approach to phasing will be provided in the tender documents at ITT stage",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "The Council has determined that as the work is likely to be carried out in 2 phases it may be necessary to reduce the contract in certain circumstances. The council intends to award a contract for phase 1, which incorporates sections A,B and D amounting to 73 units, with an option to incorporate phase 2, which incorporates sections C and E amounting to 22 units when a number of ongoing issues have been resolved i.e. voluntary acquisition or CPO of a small number of properties. If sections of phase 2 are delayed substantially or unable to proceed due to statutory processes i.e. CPO, which make it impractical to incorporate these into the contract by extension, it would be the council's intention to reduce the initial contract to include phase 1 and sections of phase 2 which can proceed only and utilise the negotiated procedure without competition to award a subsequent contract for such sections of phase 2 to the successful tenderer for phase 1 when/if the council is able to proceed. Full details of the proposed approach to phasing will be provided in the tender documents at ITT stage"
                        },
                        "where": {
                            "section": "II.2.4"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "The term \"Bidder/s\" used in this Notice includes \"Candidates\" as defined in paragraph 1.1.1 of the Request to Participate Document. Bidders must complete the ESPD within the Qualification and Technical envelopes as part of their Request to Participate. Bidders 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. This will be addressed within Part 3 of the ESPD contained within the Qualification Envelope. BIDDERS 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. LATE SUBMISSIONS WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 8683. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason: Information in regards to Sub Contracting shall be contained within the ITT document released to Tenderers that progress from the Stage 1 of the procurement process. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Information in regards to Community Benefits shall be contained within the ITT document released to Tenderers that progress from the Stage 1 of the procurement process. (SC Ref:515306)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504077"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504077"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000504077"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "RC/OC/365/18",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 134-273757"
        }
    ]
}