Award

Framework Agreement for Flat Roofing Repairs and Replacement

NORTH LANARKSHIRE COUNCIL

This public procurement record has 3 releases in its history.

Award

17 Dec 2018 at 00:00

TenderUpdate

13 Oct 2017 at 00:00

Tender

21 Sep 2017 at 00:00

Summary of the contracting process

The procurement process, initiated by North Lanarkshire Council, concerns the tender for a "Framework Agreement for Flat Roofing Repairs and Replacement". This initiative falls under the works category, targeting maintenance of the Council’s diverse property portfolio across various locations including schools and community centres in Motherwell, UK. The procurement is currently in the Award stage, with key dates including a contract award made on 22nd November 2018, and an anticipated upper limit spend for Lot 2 set at £5,200,000 GBP. The procurement method employed is selective, specifically using a restricted procedure for supplier selection.

This tender presents significant opportunities for small and medium enterprises (SMEs) in the roofing and construction sectors, particularly those experienced in flat roofing repairs and maintenance. Businesses that can demonstrate substantial experience and capacity in handling prioritized orders and have the necessary qualifications will find themselves well-positioned to compete effectively. Additionally, there is an emphasis on community benefits, making this an appealing opportunity for contractors who aim to contribute to local economic growth whilst fulfilling the contract requirements.

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

Framework Agreement for Flat Roofing Repairs and Replacement

Notice Description

This procurement exercise is to establish a Framework Agreement for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types.

Lot Information

Lot 1 - Reactive and Planned Maintenance Work Did not award

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 Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types. . Lot 1 will comprise of reactive and planned maintenance work for individual jobs/projects with a value generally less than 10000 GBP. Award of this lot on the basis of MEAT, the evaluation of a combination of Contractors prices submitted against a pre-priced Schedule of Rates and quality questions. Call offs to be made by direct award based on the pre-priced Schedule of Rates. A single Contractor shall be appointed. Anticipated upper limit of spend to be potentially routed through this lot circa 5600000 GBP. . 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. . The Framework Agreement will make provision for; erecting and dismantling scaffolding; removing defective roof coverings and disposing; repairing flat roof coverings e.g. cold applied liquid waterproofing; renewing flat roof coverings with cold applied liquid waterproofing; associated repairs/replacement e.g. rafters, sarking, fascias, verges, rooflights etc; associated leadwork repairs and replacement; investigating and repairing roof leaks generally; making good internal finishings e.g. plasterboard ceilings etc; repairing/replacing rainwater goods; cleaning out gutters and downpipes; painterwork e.g. fascias, gutters (including potential high level; Insulation boarding; and all other associated flat roof accessories. . The Framework Agreement will be governed by 2014 Edition of the SBCC JCT Framework Agreement 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 Framework Agreement. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering works 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 - Planned Maintenance and Replacement Work

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 suitably qualified contractors to undertake Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types. . Lot 2 will comprise of planned maintenance and replacement work for individual jobs/projects with a value generally more than 10000 GBP. Award of this lot on the basis of MEAT, the evaluation of a combination of Contractors prices submitted against one or more exemplar projects and quality questions. Call offs to be made by Mini Competition on a project by project basis. Five Contractors shall be appointed. Anticipated upper limit of spend to be potentially routed through this lot circa 5200000 GBP. . The Framework Agreement will make provision for; erecting and dismantling scaffolding; removing defective roof coverings and disposing; repairing flat roof coverings e.g. cold applied liquid waterproofing; renewing flat roof coverings with cold applied liquid waterproofing; associated repairs/replacement e.g. rafters, sarking, fascias, verges, rooflights etc; associated leadwork repairs and replacement; investigating and repairing roof leaks generally; making good internal finishings e.g. plasterboard ceilings etc; repairing/replacing rainwater goods; cleaning out gutters and downpipes; painterwork e.g. fascias, gutters (including potential high level; Insulation boarding; and all other associated flat roof accessories. . The Framework Agreement will be governed by 2014 Edition of the SBCC JCT Framework Agreement 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 Framework Agreement. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering works 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-r6ebe6-0000512751
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340481
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45260000 - Roof works and other special trade construction works

45261900 - Roof repair and maintenance work

45261910 - Roof repair

45261920 - Roof maintenance work

Notice Value(s)

Tender Value
£10,800,000 £10M-£100M
Lots Value
£10,800,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£5,200,000 £1M-£10M

Notice Dates

Publication Date
17 Dec 20187 years ago
Submission Deadline
23 Oct 2017Expired
Future Notice Date
Not specified
Award Date
22 Nov 20187 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Unsuccessful
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Julie Hunter
Contact Email
hunterju@northlan.gov.uk, stewartpa@northlan.gov.uk
Contact Phone
+44 1698274141, +44 1698403950

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

Supplier Information

Number of Suppliers
4
Supplier Names

BRAEDALE ROOFING

M & J GROUP (CONSTRUCTION & ROOFING

MCCONNELL ROOFING

PROCAST BUILDING CONTRACTORS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296324
    Framework Agreement for Flat Roofing Repairs and Replacement - This procurement exercise is to establish a Framework Agreement for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340481
    Framework Agreement for Flat Roofing Repairs and Replacement - This procurement exercise is to establish a Framework Agreement for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types.

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-r6ebe6-0000512751-2018-12-17T00:00:00Z",
    "date": "2018-12-17T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000512751",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-14",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "stewartpa@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-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": "stewartpa@northlan.gov.uk",
                "telephone": "+44 1698403950",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-107",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UK",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Julie Hunter",
                "email": "Hunterju@northlan.gov.uk",
                "telephone": "+44 1698274141",
                "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"
            }
        },
        {
            "id": "org-124",
            "name": "Braedale Roofing Ltd",
            "identifier": {
                "legalName": "Braedale Roofing Ltd"
            },
            "address": {
                "streetAddress": "39 Dryburgh Road",
                "locality": "Wishaw",
                "region": "UK",
                "postalCode": "ML2 7JA"
            },
            "contactPoint": {
                "telephone": "+44 1698327762",
                "faxNumber": "+44 1698328862"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-125",
            "name": "McConnell Roofing",
            "identifier": {
                "legalName": "McConnell Roofing"
            },
            "address": {
                "streetAddress": "6 Inkerman Place",
                "locality": "Kilmarnock",
                "region": "UKM84",
                "postalCode": "KA1 2RL"
            },
            "contactPoint": {
                "telephone": "+44 7824563540",
                "faxNumber": "+44 1563571203"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-126",
            "name": "M & J Group (Construction & Roofing) Ltd",
            "identifier": {
                "legalName": "M & J Group (Construction & Roofing) Ltd"
            },
            "address": {
                "streetAddress": "16-17 Triumph Way",
                "locality": "Kempston",
                "region": "UKM84",
                "postalCode": "mk42 7qb"
            },
            "contactPoint": {
                "telephone": "+44 8448003912"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-127",
            "name": "Procast Building Contractors Ltd",
            "identifier": {
                "legalName": "Procast Building Contractors Ltd"
            },
            "address": {
                "streetAddress": "Unit 12/13 Jacobean House, Glebe Street",
                "locality": "East Kilbride",
                "region": "UKM95",
                "postalCode": "G74 4LY"
            },
            "contactPoint": {
                "telephone": "+44 7508298405"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-107"
    },
    "tender": {
        "id": "CPT-PS-CPAP-17-321",
        "title": "Framework Agreement for Flat Roofing Repairs and Replacement",
        "description": "This procurement exercise is to establish a Framework Agreement for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261900",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261910",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261920",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261900",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261910",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261920",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 10800000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-10-23T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP296324",
                "documentType": "contractNotice",
                "title": "Framework Agreement for Flat Roofing Repairs and Replacement",
                "description": "This procurement exercise is to establish a Framework Agreement for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296324",
                "format": "text/html"
            },
            {
                "id": "DEC340481",
                "documentType": "awardNotice",
                "title": "Framework Agreement for Flat Roofing Repairs and Replacement",
                "description": "This procurement exercise is to establish a Framework Agreement for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC340481",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Reactive and Planned Maintenance Work Did not award",
                "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 Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types. . Lot 1 will comprise of reactive and planned maintenance work for individual jobs/projects with a value generally less than 10000 GBP. Award of this lot on the basis of MEAT, the evaluation of a combination of Contractors prices submitted against a pre-priced Schedule of Rates and quality questions. Call offs to be made by direct award based on the pre-priced Schedule of Rates. A single Contractor shall be appointed. Anticipated upper limit of spend to be potentially routed through this lot circa 5600000 GBP. . 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. . The Framework Agreement will make provision for; erecting and dismantling scaffolding; removing defective roof coverings and disposing; repairing flat roof coverings e.g. cold applied liquid waterproofing; renewing flat roof coverings with cold applied liquid waterproofing; associated repairs/replacement e.g. rafters, sarking, fascias, verges, rooflights etc; associated leadwork repairs and replacement; investigating and repairing roof leaks generally; making good internal finishings e.g. plasterboard ceilings etc; repairing/replacing rainwater goods; cleaning out gutters and downpipes; painterwork e.g. fascias, gutters (including potential high level; Insulation boarding; and all other associated flat roof accessories. . The Framework Agreement will be governed by 2014 Edition of the SBCC JCT Framework Agreement 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 Framework Agreement. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering works 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": 5600000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Planned Maintenance and Replacement Work",
                "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 suitably qualified contractors to undertake Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Framework Agreement will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types. . Lot 2 will comprise of planned maintenance and replacement work for individual jobs/projects with a value generally more than 10000 GBP. Award of this lot on the basis of MEAT, the evaluation of a combination of Contractors prices submitted against one or more exemplar projects and quality questions. Call offs to be made by Mini Competition on a project by project basis. Five Contractors shall be appointed. Anticipated upper limit of spend to be potentially routed through this lot circa 5200000 GBP. . The Framework Agreement will make provision for; erecting and dismantling scaffolding; removing defective roof coverings and disposing; repairing flat roof coverings e.g. cold applied liquid waterproofing; renewing flat roof coverings with cold applied liquid waterproofing; associated repairs/replacement e.g. rafters, sarking, fascias, verges, rooflights etc; associated leadwork repairs and replacement; investigating and repairing roof leaks generally; making good internal finishings e.g. plasterboard ceilings etc; repairing/replacing rainwater goods; cleaning out gutters and downpipes; painterwork e.g. fascias, gutters (including potential high level; Insulation boarding; and all other associated flat roof accessories. . The Framework Agreement will be governed by 2014 Edition of the SBCC JCT Framework Agreement 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 Framework Agreement. . As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering works 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": 5200000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-11-10T00:00:00Z"
        },
        "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 1400000 GBP for the last 3 years for Lot 1. Bidders will be required to have an average yearly turnover of a minimum of 1300000 GBP for the last 3 years for Lot 2. . Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 2700000 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": 150
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "classification": {
            "id": "45260000",
            "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,
        "amendments": [
            {
                "id": "amd-12",
                "description": "Lot 2 - Turnover Requirements Amendment FAO: All interested parties Please be advised that the following amendments have been made to the minimum requirements for III.1.2) Economic and financial standing. The following statement in relation to 4B1.2 is now applicable and replaces the original information in the contract notice as follows: 4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 1400000 GBP for the last 3 years for Lot 1. Bidders will be required to have an average yearly turnover of a minimum of 400000 GBP for the last 3 years for Lot 2. Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 1800000 GBP for the last 3 years.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 1400000 GBP for the last 3 years for Lot 1. Bidders will be required to have an average yearly turnover of a minimum of 1300000 GBP for the last 3 years for Lot 2. . Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 2700000 GBP for the last 3 years."
                        },
                        "newValue": {
                            "text": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 1400000 GBP for the last 3 years for Lot 1. Bidders will be required to have an average yearly turnover of a minimum of 400000 GBP for the last 3 years for Lot 2. . Note, if bidding for both lots, Bidders will be required to have an average yearly turnover of a minimum of 1800000 GBP for the last 3 years."
                        },
                        "where": {
                            "section": "III.1.2"
                        }
                    }
                ]
            }
        ],
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "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:567985)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512751"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512751"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512751"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CPT-PS-CPAP-17-321-1",
            "title": "Lot 1 - Reactive and Planned Maintenance Work Did not award",
            "status": "unsuccessful",
            "statusDetails": "unsuccessful",
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "CPT-PS-CPAP-17-321-2",
            "title": "Lot 2 - Planned Maintenance and Replacement Work",
            "suppliers": [
                {
                    "id": "org-124",
                    "name": "Braedale Roofing Ltd"
                },
                {
                    "id": "org-125",
                    "name": "McConnell Roofing"
                },
                {
                    "id": "org-126",
                    "name": "M & J Group (Construction & Roofing) Ltd"
                },
                {
                    "id": "org-127",
                    "name": "Procast Building Contractors Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CPT-PS-CPAP-17-321-2",
            "awardID": "CPT-PS-CPAP-17-321-2",
            "title": "Lot 2 - Planned Maintenance and Replacement Work",
            "status": "active",
            "value": {
                "amount": 5200000,
                "currency": "GBP"
            },
            "dateSigned": "2018-11-22T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 183-374216"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "216",
                "measure": "bids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "217",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "2"
            }
        ]
    }
}