Award

Bitumen Macadam (Bitmac) Repairs 2018 - 2022

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

20 Jun 2018 at 00:00

Tender

25 Aug 2017 at 00:00

Summary of the contracting process

The North Lanarkshire Council is conducting a procurement process for the "Bitumen Macadam (Bitmac) Repairs 2018 – 2022" project, focusing on repairs and maintenance of its corporate and housing property portfolios within the North Lanarkshire area. The procurement method is selective, using a restricted procedure, and is currently at the award stage as of the contract signing on 20th June 2018. The tender period ended on 25th September 2017, with the estimated contract value at approximately £12 million. Interested businesses must meet various technical and financial criteria, and the contracting authority has indicated they will incorporate community benefits into this requirement.

This procurement opportunity is ideal for companies specialising in construction and maintenance services, particularly those with expertise in bituminous macadam work. Businesses with substantial experience in managing high-volume orders and prioritised repair tasks within the public sector will be well-suited to participate. It is also crucial for bidders to demonstrate a robust financial background, as a minimum turnover requirement of £1.5 million over the last three years has been set. The emphasis on community benefits also suggests that smaller enterprises and social enterprises may find avenues to participate in subcontracting opportunities linked to this contract.

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

Bitumen Macadam (Bitmac) Repairs 2018 - 2022

Notice Description

This procurement exercise is to establish a contract for future provision of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty property repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area.

Lot Information

Lot 1 - Bitmac Repairs to the Councils Corporate Property portfolio

The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake the repair and replacement of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban). The Contract will comprise normal response repairs and immediate response repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area. . The Contract will only relate to works within the boundary of a site and within un-adopted industrial estates roads and car parks. The Contract will exclude works to public roads or footpaths. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . Typical Works Included in the Contract: removing existing bituminous macadam, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; repair of potholes; replacement and provision of protective bollards; repair, replacement and provision of low impact soft playground surfacing; removing precast concrete slabs, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; burning off existing and renewal of thermoplastic road markings; lifting and resetting of kerbing including cleaning off and storing for re-use, concrete foundations and haunching; repair and formation of bituminous macadam speed control bumps; repair and replacement of ironworks including manhole covers, gully covers, drainage channels and associated brickwork and/or concrete repairs; repair of concrete parking, ramp or yard surfaces; excavation of tracks within hard and soft surfaced areas, disposing of surplus material, making good with macadam or grass seeding or turfing as required and associated lighting cabling and lighting columns realignment, CCTV realignment, utilities realignment; excavation of localised soft landscaped areas including removal of shrubs trees and grubbing up tree stumps and roots, disposal of surplus material and making good with top soil, grass seeding or turfing; realignment of existing fencing and associated concrete foundations; installation of signage associated with car parking including accessibility parking. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) ("TUPE") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Lot 2 - Bitmac Repairs to the Councils Housing Property portfolio

The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake the repair and replacement of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Housing Property portfolios. The Contract will comprise normal response repairs and immediate response repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area. . The Contract will only relate to works within the boundary of a site and within un-adopted industrial estates roads and car parks. The Contract will exclude works to public roads or footpaths. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . Typical Works Included in the Contract: removing existing bituminous macadam, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; repair of potholes; replacement and provision of protective bollards; repair, replacement and provision of low impact soft playground surfacing; removing precast concrete slabs, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; burning off existing and renewal of thermoplastic road markings; lifting and resetting of kerbing including cleaning off and storing for re-use, concrete foundations and haunching; repair and formation of bituminous macadam speed control bumps; repair and replacement of ironworks including manhole covers, gully covers, drainage channels and associated brickwork and/or concrete repairs; repair of concrete parking, ramp or yard surfaces; excavation of tracks within hard and soft surfaced areas, disposing of surplus material, making good with macadam or grass seeding or turfing as required and associated lighting cabling and lighting columns realignment, CCTV realignment, utilities realignment; excavation of localised soft landscaped areas including removal of shrubs trees and grubbing up tree stumps and roots, disposal of surplus material and making good with top soil, grass seeding or turfing; realignment of existing fencing and associated concrete foundations; installation of signage associated with car parking including accessibility parking. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) ("TUPE") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000509127
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322878
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

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

45 - Construction work


CPV Codes

44113600 - Bitumen and asphalt

44113610 - Bitumen

45233120 - Road construction works

45233141 - Road-maintenance works

45233142 - Road-repair works

45233222 - Paving and asphalting works

Notice Value(s)

Tender Value
£12,000,000 £10M-£100M
Lots Value
£12,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Jun 20187 years ago
Submission Deadline
25 Sep 2017Expired
Future Notice Date
Not specified
Award Date
20 Jun 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG293598
    Bitumen Macadam (Bitmac) Repairs 2018 - 2022 - This procurement exercise is to establish a contract for future provision of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty property repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322878
    Bitumen Macadam (Bitmac) Repairs 2018 - 2022 - This procurement exercise is to establish a contract for future provision of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty property repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area.

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-r6ebe6-0000509127-2018-06-20T00:00:00Z",
    "date": "2018-06-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000509127",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-10",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "jeffreyke@northlan.gov.uk",
                "telephone": "+44 1698403950",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-2",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "Gouilda@northlan.gov.uk",
                "telephone": "+44 1698520242",
                "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.northlanarkshire.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-2"
    },
    "tender": {
        "id": "CPT-KJ-CPAP-17-316",
        "title": "Bitumen Macadam (Bitmac) Repairs 2018 - 2022",
        "description": "This procurement exercise is to establish a contract for future provision of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty property repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233141",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44113600",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44113610",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233222",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233142",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45233141",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44113600",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44113610",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233222",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233142",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 12000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-09-25T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG293598",
                "documentType": "contractNotice",
                "title": "Bitumen Macadam (Bitmac) Repairs 2018 - 2022",
                "description": "This procurement exercise is to establish a contract for future provision of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty property repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG293598",
                "format": "text/html"
            },
            {
                "id": "JUN322878",
                "documentType": "awardNotice",
                "title": "Bitumen Macadam (Bitmac) Repairs 2018 - 2022",
                "description": "This procurement exercise is to establish a contract for future provision of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban) and Housing Property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty property repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN322878",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Bitmac Repairs to the Councils Corporate Property portfolio",
                "description": "The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake the repair and replacement of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Corporate Property (including the Council's Outdoor Centre at Kilbowie, Oban). The Contract will comprise normal response repairs and immediate response repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area. . The Contract will only relate to works within the boundary of a site and within un-adopted industrial estates roads and car parks. The Contract will exclude works to public roads or footpaths. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . Typical Works Included in the Contract: removing existing bituminous macadam, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; repair of potholes; replacement and provision of protective bollards; repair, replacement and provision of low impact soft playground surfacing; removing precast concrete slabs, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; burning off existing and renewal of thermoplastic road markings; lifting and resetting of kerbing including cleaning off and storing for re-use, concrete foundations and haunching; repair and formation of bituminous macadam speed control bumps; repair and replacement of ironworks including manhole covers, gully covers, drainage channels and associated brickwork and/or concrete repairs; repair of concrete parking, ramp or yard surfaces; excavation of tracks within hard and soft surfaced areas, disposing of surplus material, making good with macadam or grass seeding or turfing as required and associated lighting cabling and lighting columns realignment, CCTV realignment, utilities realignment; excavation of localised soft landscaped areas including removal of shrubs trees and grubbing up tree stumps and roots, disposal of surplus material and making good with top soil, grass seeding or turfing; realignment of existing fencing and associated concrete foundations; installation of signage associated with car parking including accessibility parking. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "Lot 2 - Bitmac Repairs to the Councils Housing Property portfolio",
                "description": "The following information is intended as an overview and should assist Candidates in making an informed decision as to whether to submit a completed ESPD for this provision. This is not a specification of requirements and Candidates are not requested to provide proposals for a solution at this stage. A full and detailed specification of requirements shall be provided within the ITT, which shall be issued to shortlisted Candidates. . The Council is looking to appoint a suitably qualified contractor to undertake the repair and replacement of a priority coded Bitmac Repairs and related services to support the ongoing maintenance of the Councils Housing Property portfolios. The Contract will comprise normal response repairs and immediate response repairs in areas such as footpaths, playgrounds, car parks, etc within the geographical boundaries of North Lanarkshire Council area. . The Contract will only relate to works within the boundary of a site and within un-adopted industrial estates roads and car parks. The Contract will exclude works to public roads or footpaths. . The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. . Typical Works Included in the Contract: removing existing bituminous macadam, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; repair of potholes; replacement and provision of protective bollards; repair, replacement and provision of low impact soft playground surfacing; removing precast concrete slabs, disposing, making good, preparing and laying new bituminous macadam including sub-base repairs/replacement and associated works e.g. kerbing, manholes, gullies and drainage gullies; burning off existing and renewal of thermoplastic road markings; lifting and resetting of kerbing including cleaning off and storing for re-use, concrete foundations and haunching; repair and formation of bituminous macadam speed control bumps; repair and replacement of ironworks including manhole covers, gully covers, drainage channels and associated brickwork and/or concrete repairs; repair of concrete parking, ramp or yard surfaces; excavation of tracks within hard and soft surfaced areas, disposing of surplus material, making good with macadam or grass seeding or turfing as required and associated lighting cabling and lighting columns realignment, CCTV realignment, utilities realignment; excavation of localised soft landscaped areas including removal of shrubs trees and grubbing up tree stumps and roots, disposal of surplus material and making good with top soil, grass seeding or turfing; realignment of existing fencing and associated concrete foundations; installation of signage associated with car parking including accessibility parking. . The contract will be governed by JCT Conditions MTC/Scotland as amended by the Employer. Full details to be set out within the ITT. . Candidates should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to this contract. Full details to be set out within the ITT. . Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering a contract of this nature i.e. high volume of orders, prioritised orders, etc.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-10-25T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 - 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. . The Bidder response to this question will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.1) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.1)"
                },
                {
                    "type": "economic",
                    "description": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 1,500,000 GBP for the last 3 years. . Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 3,000,000 GBP for the last 3 years. . 4B.5.1 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: . Employer's (Compulsory) Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate. . 4B.5.2 - 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: . Public Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate. . 4B.6 - Concerning any other economic or financial requirements, the bidder declares that: It has an Equifax Score Check Grade of E- or above. . It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should give a detailed explanation in response to question 4B.6, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Bidder's financial status. . Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not the there is any significant financial risk identified.",
                    "minimum": "The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.2) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.2)"
                },
                {
                    "type": "technical",
                    "description": "Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a minimum average score of 50 marks for question 4C.1 in order to pass this question; if the average minimum score is below 50 marks this will be deemed a failure to meet the Council's minimum standards for technical and professional Ability. . 4C.1 - 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. . This question carries an overall weighting of 100%. . 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. . Response to 4C.10 will not be evaluated.",
                    "minimum": "The scoring rationale of the evaluation panel for question 4C.1 is as follows: . Score - Definition . 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion . 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area . 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area . 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area . 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed . 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area . 40 - Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas . 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area . 20 - Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area . 10 - Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area . 0 - Nil or irrelevant response . 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities to perform that part then a separate ESPD for such subcontractors must be completed for sections: . Part II Information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder . Part III Exclusions Grounds A: Grounds Relating to Criminal Convictions B: Grounds Relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds Relating to insolvency, conflicts of interests or professional misconduct. . Part IV Selection Criteria (only the sections that the entity is being relied upon)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "45233141",
            "scheme": "CPV"
        },
        "reviewDetails": "The Council will incorporate a minimum of 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision. An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Economic operators must meet Council's minimum requirements stated in this Contract Notice, else their proposal will be rejected. . Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. . The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their ESPD response. In any case, these must be provided prior to contract award. . Tenderers 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. . ESPD Part IV Selection Criteria, Section D: Quality Assurance Schemes and Environmental Management Standards . Bidders must respond to ESPD Questions 4D.1 and 4D.2. . The Bidder response to these questions for Quality Assurance Schemes and Environmental Management Standards will be evaluated as follows: . Pass = response is compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards). . For a detailed breakdown of the standard statements applicable to ESPD Questions 4D.1 and 4D.2, please refer to document \"VI.3 Additional Information - Part 4D1 & 2\", contained within the Buyers Attachment area of PCS-T. (SC Ref:547409)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000509127"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000509127"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CPT-KJ-CPAP-17-316-1",
            "title": "Lot 1 - Bitmac Repairs to the Councils Corporate Property portfolio",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "CPT-KJ-CPAP-17-316-2",
            "title": "Lot 2 - Bitmac Repairs to the Councils Housing Property portfolio",
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CPT-KJ-CPAP-17-316-1",
            "awardID": "CPT-KJ-CPAP-17-316-1",
            "title": "Lot 1 - Bitmac Repairs to the Councils Corporate Property portfolio",
            "status": "active",
            "dateSigned": "2018-06-20T00:00:00Z"
        },
        {
            "id": "CPT-KJ-CPAP-17-316-2",
            "awardID": "CPT-KJ-CPAP-17-316-2",
            "title": "Lot 2 - Bitmac Repairs to the Councils Housing Property portfolio",
            "status": "active",
            "dateSigned": "2018-06-20T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 164-337421"
        }
    ]
}