Notice Information
Notice Title
Refurbishment of St Anthony's Primary School, Johnstone
Notice Description
Renfrewshire Council's department of Property Services (on behalf of Education and Leisure Services) via the Council's Schools Estate Management Plan (SEMP) has set out a strategy to focus the resources available for new and redesigned schools and pre 5 facilities Key aims of the SEMP include providing a sustainable education estate and accommodation that is fit for the delivery of education services in the 21st century; supporting improvements in approaches to learning and in standards of educational achievement of all young people. Works required within this project is to upgrade St Anthony's Primary School, Hallhill Road, Johnstone, PA5 0SD
Lot Information
Lot 1
St Anthony's Primary School is a single storey building dating from around 1970. It is constructed using common brick perimeter walls with a render finish generally. Internal loadbearing walls are also of brick construction. The existing large classroom curtain wall windows span vertically onto a system of steel posts and head channels. It is intended that the works required within the project shall be undertaken on a phased programme of works. The work will be undertaken when the school is occupied with the Council arranging a four classroom decant facility will be brought on site to facilitate this. Works that are required to be undertaken by the successful tenderer within the project include but are not limited to: - Refurbishment of the existing school including: re-roofing, - Extension to main entrance, - Refurbished and new toilet facilities, - New curtain walling / windows, sub-division of rooms, - New ceilings, asbestos removal; installation of a partition between hall and dining, - General decoration, - Installation of new flooring; rewiring; new water services, - IT works; heating system installation / upgrade, - New alarm installation, - Installation of new elevator, and, - External works including canopies, ramps and resurfacing of roads and playgrounds. Additionally, the successful tenderer may be required to undertake design related elements of the construction works including but not limited to: - Broxap canopies including rainwater gutters and downpipes including all final connections to surface water drainage and all necessary flashings to the existing building, - Curtain Walling, - Automatic Mechanical controls, and, - Handrails to the ramps.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000514970
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB311401
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45210000 - Building construction work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 23 Feb 20188 years ago
- Submission Deadline
- 17 Nov 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 15 Feb 20188 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Brian Bradley, Euan Walker
- Contact Email
- brian.bradley@renfrewshire.gov.uk, euan.walker@renfrewshire.gov.uk
- Contact Phone
- +44 1416185638, +44 1416186400
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298181
Refurbishment of St Anthony's Primary School, Johnstone - Renfrewshire Council's department of Property Services (on behalf of Education and Leisure Services) via the Council's Schools Estate Management Plan (SEMP) has set out a strategy to focus the resources available for new and redesigned schools and pre 5 facilities Key aims of the SEMP include providing a sustainable education estate and accommodation that is fit for the delivery of education services in the 21st century; supporting improvements in approaches to learning and in standards of educational achievement of all young people. Works required within this project is to upgrade St Anthony's Primary School, Hallhill Road, Johnstone, PA5 0SD -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB311401
Refurbishment of St Anthony's Primary School, Johnstone - Renfrewshire Council's department of Property Services (on behalf of Education and Leisure Services) via the Council's Schools Estate Management Plan (SEMP) has set out a strategy to focus the resources available for new and redesigned schools and pre 5 facilities Key aims of the SEMP include providing a sustainable education estate and accommodation that is fit for the delivery of education services in the 21st century; supporting improvements in approaches to learning and in standards of educational achievement of all young people. Works required within this project is to upgrade St Anthony's Primary School, Hallhill Road, Johnstone, PA5 0SD
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000514970-2018-02-23T00:00:00Z",
"date": "2018-02-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000514970",
"initiationType": "tender",
"parties": [
{
"id": "org-21",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 1416185638",
"faxNumber": "+44 1416187050",
"url": "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.renfrewshire.gov.uk"
}
},
{
"id": "org-22",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-17",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Euan Walker",
"email": "euan.walker@renfrewshire.gov.uk",
"telephone": "+44 1416186400",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-18",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-17"
},
"tender": {
"id": "RC/OC/425/18",
"title": "Refurbishment of St Anthony's Primary School, Johnstone",
"description": "Renfrewshire Council's department of Property Services (on behalf of Education and Leisure Services) via the Council's Schools Estate Management Plan (SEMP) has set out a strategy to focus the resources available for new and redesigned schools and pre 5 facilities Key aims of the SEMP include providing a sustainable education estate and accommodation that is fit for the delivery of education services in the 21st century; supporting improvements in approaches to learning and in standards of educational achievement of all young people. Works required within this project is to upgrade St Anthony's Primary School, Hallhill Road, Johnstone, PA5 0SD",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45210000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Johnstone"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-11-17T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-11-17T12:30:00Z"
},
"documents": [
{
"id": "OCT298181",
"documentType": "contractNotice",
"title": "Refurbishment of St Anthony's Primary School, Johnstone",
"description": "Renfrewshire Council's department of Property Services (on behalf of Education and Leisure Services) via the Council's Schools Estate Management Plan (SEMP) has set out a strategy to focus the resources available for new and redesigned schools and pre 5 facilities Key aims of the SEMP include providing a sustainable education estate and accommodation that is fit for the delivery of education services in the 21st century; supporting improvements in approaches to learning and in standards of educational achievement of all young people. Works required within this project is to upgrade St Anthony's Primary School, Hallhill Road, Johnstone, PA5 0SD",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298181",
"format": "text/html"
},
{
"id": "FEB311401",
"documentType": "awardNotice",
"title": "Refurbishment of St Anthony's Primary School, Johnstone",
"description": "Renfrewshire Council's department of Property Services (on behalf of Education and Leisure Services) via the Council's Schools Estate Management Plan (SEMP) has set out a strategy to focus the resources available for new and redesigned schools and pre 5 facilities Key aims of the SEMP include providing a sustainable education estate and accommodation that is fit for the delivery of education services in the 21st century; supporting improvements in approaches to learning and in standards of educational achievement of all young people. Works required within this project is to upgrade St Anthony's Primary School, Hallhill Road, Johnstone, PA5 0SD",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB311401",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "St Anthony's Primary School is a single storey building dating from around 1970. It is constructed using common brick perimeter walls with a render finish generally. Internal loadbearing walls are also of brick construction. The existing large classroom curtain wall windows span vertically onto a system of steel posts and head channels. It is intended that the works required within the project shall be undertaken on a phased programme of works. The work will be undertaken when the school is occupied with the Council arranging a four classroom decant facility will be brought on site to facilitate this. Works that are required to be undertaken by the successful tenderer within the project include but are not limited to: - Refurbishment of the existing school including: re-roofing, - Extension to main entrance, - Refurbished and new toilet facilities, - New curtain walling / windows, sub-division of rooms, - New ceilings, asbestos removal; installation of a partition between hall and dining, - General decoration, - Installation of new flooring; rewiring; new water services, - IT works; heating system installation / upgrade, - New alarm installation, - Installation of new elevator, and, - External works including canopies, ramps and resurfacing of roads and playgrounds. Additionally, the successful tenderer may be required to undertake design related elements of the construction works including but not limited to: - Broxap canopies including rainwater gutters and downpipes including all final connections to surface water drainage and all necessary flashings to the existing building, - Curtain Walling, - Automatic Mechanical controls, and, - Handrails to the ramps.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 420
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2017-11-17T12:30:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley, PA1 1JB"
}
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"performanceTerms": "Contract Performance Conditions are as stated within the Preliminaries document located within the Public Contracts Scotland - Tender platform."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required by the member state, Tenderer's are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"description": "Tenderers's will be required to have a minimum \"general\" yearly turnover of 9,000,000 GBP for the last two (2) years. ----- It is a requirement of this contract that Tenderer's hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - 5,000,000 GBP Public Liability Insurance - 5,000,000 GBP Professional Indemnity Insurance - 1,000,000 GBP Statutory Third Party Motor Vehicle Insurance - 5,000,000 GBP ----- The Council will use a Dun & Bradstreet (D&B) Failure Score of 30 or above. It is recommended that Tenderer's review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Tenderer's consider that the D&B Failure Score does not reflect their current financial status; the Tenderer should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Tenderer may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end.",
"minimum": "Tenderer's must evidence a good credit rating and a general annual turnover of at least 9,000,000 GBP for their last two financial years. Tenderer's are therefore required to detail their (\"general\") yearly turnover for each of their previous two financial years. Where required, the Council may request evidence from Tenderer's that details their annual turnover for the period stated. Tenderer's who commenced trading within the last for years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Tenderer unable to demonstrate the required general annual turnover stated to the Councils satisfaction of the Council will be assessed as a FAIL and will be excluded from the Procurement Process. ----- Tenderer's must confirm they already have or commit to obtain prior to the commencement of the contract the stated level of insurance provision. Tenderer's unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the Procurement Process. ----- Tenderer's who do not achieve a minimum D&B failure score of 30 and above and fail to provide any additional explanation or supporting information will be assessed as a FAIL and will be excluded from the Procurement Process. Tenderer's who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the ESPD Submission deadline will be assessed as a FAIL and will be excluded from the Procurement Process. Tenderer's that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the ESPD Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a FAIL and will be excluded from the Procurement Process. ----- Full details of minimum requirements and assessment criteria in regards to Economic and Financial Standing is located within condition 3.2 of the document entitled ITT - St Anthony's Refurb located within the Public Contracts Scotland - Tender platform."
},
{
"type": "technical",
"description": "Tenderer's 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. ----- Tenderer's will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ----- Tenderer's will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. ----- Tenderer's will be required to confirm their average annual manpower for the last three years. ----- Tenderer'swill be required to confirm their and the number of managerial staff for the last three years. ----- Tenderer's will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice ----- Tenderer's will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within condition 3.2 of the document entitled ITT - St Anthony's Refurb located within the Public Contracts Scotland - Tender platform.",
"minimum": "Tenderer's are required to provide a minimum of two examples of Similar Projects as stated in the Statement of Requirements completed within the last five years. ----- Tenderer's should provide details of the key persons employed within their organisation who could be responsible for the delivery of this project. ----- Tenderer's are required to provide a statement detailing their supply chain and contract management procedures that they currently have in place and detail how these procedures would be utilised to deliver the requirements of this project. ----- Tenderer's are required to confirm their average annual manpower for the last three years. ----- Tenderer's are required to provide the number of managerial staff within their organisation for the last three years. ----- Tenderer's are required to confirm that they have (or have access to) the relevant tools, plant or technical equipment to fully deliver the statement of requirements and provide detail of the tools, plant or technical equipment available. ----- Tenderer's are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within condition 3.2 of the document entitled ITT - St Anthony's Refurb located within the Public Contracts Scotland - Tender platform. ----- Full details of minimum requirements and assessment criteria in regards to Technical and professional ability is located within condition 3.2 of the document entitled ITT - St Anthony's Refurb located within the Public Contracts Scotland - Tender platform."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-05-16T00:00:00Z"
}
},
"classification": {
"id": "45210000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false
},
"language": "EN",
"description": "Late Tender Submissions will not be considered under any circumstances. The Council will not provide additional notification to any Tenderer of the rejection of a late Tender Submission. If the Council receives any hard copy documents which are not connected to the receipt of a valid, on time, Tender Submission then the hard copy documents will be returned. For the avoidance of any doubt, automated messages confirming receipt of a Tender Submission should not be taken to imply acceptance of it by the Council. ----- Tenderer's must complete the ESPD within the Qualification and Envelope as part of their Tender Submission. ----- Tenderer's may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. This will be addressed within Part 3 of the ESPD contained within the Qualification Envelope. ----- Tenderers are encouraged to familiarise themselves with the guidance and evaluation methodology found within condition 3.3 of this document prior to providing responses to each area. ----- Tenderers who obtain an overall Quality score of 34.99% and below (out of the 60.00% available) will be excluded from the Procurement Process with the Pricing Documents within their Tender Submission not being considered except in the following event: - Where no Tenderer's achieve the minimum Quality score of 35.00% and above, the Council will assess the Pricing Documents of the top three Quality scoring Tenderers (including any ties). Full details in regards to the minimum Quality scoring threshold is located within condition 3.4 of the document entitled ITT - St Anthony's Refurb located within the Public Contracts Scotland - Tender platform. ----- (SC Ref:532291)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000514970"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000514970"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC/OC/425/18",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC/OC/425/18",
"awardID": "RC/OC/425/18",
"status": "active",
"dateSigned": "2018-02-15T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 197-404114"
}
]
}