Notice Information
Notice Title
Johnstone Castle New Build Housing
Notice Description
The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.
Lot Information
Lot 1
The Works required within the project shall be undertaken on a phased programme of works to enable demolition and site clearance of existing tenements (carried out by the Council) within later phases of the Development. On appointment site A (19 Units) and site B (29 Units) will be available for construction with site D (14 Units) available for construction from January 2019. Site C (26 Units) and site E (7 Units) each have one remaining owner; a Compulsory Purchase Order (CPO) process is underway to obtain ownership to enable site clearance. With Scottish Ministers having approved the CPO, ownership of these properties is expected in January 2019. Allowing for 1 year for site clearance and investigations, access for sites C and E is expected to be January 2019. Whilst it is expected sites C and E will progress and be included within the ITT, the Council reserves the right to reduce or remove these sites should the CPO process be unsuccessful. Alternatively, the Council reserves the right to enter into further discussions with the Principal Contractor in relation to the start date for sites C and E should the CPO process be unsuccessful. Demolition (including foundations) and site clearance of sites C, D and E will be carried out by the Council ahead of site handover. Works that are required to be undertaken within the project include but are not limited to: -Design and Build of 95 No. New Build homes -Novation of the Council's appointed Design Team -Completion of Stage 2 warrant process -Construction of retaining walls -External works including driveways, front & back gardens, road and pavement resurfacing. -Utility & Drainage connections -Installation of kitchen and bathroom fittings -Accessible use fittings to Wheelchair Bungalow properties. (2 No.) -Site Investigations of Sites C, D and E -Considerate Constructor Scheme Compliance -Engagement with local community, resident groups & school (Open days, Newsletters etc.) -Site security through SIA certified contractor -Traffic Management (In co-ordination with demolition contractor) -Provide Tenant Manual / Information Pack & Training / Demonstration to tenants & Council staff.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000515315
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323718
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45210000 - Building construction work
45211100 - Construction work for houses
45211300 - Houses construction work
Notice Value(s)
- Tender Value
- £11,700,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Jun 20187 years ago
- Submission Deadline
- 27 Nov 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Jun 20187 years ago
- Contract Period
- 14 May 2018 - 30 Jun 2020 2-3 years
- 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
- Contact Email
- brian.bradley@renfrewshire.gov.uk, joanna.lindsay@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=OCT299305
Johnstone Castle New Build Housing - The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323718
Johnstone Castle New Build Housing - The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000515315-2018-06-28T00:00:00Z",
"date": "2018-06-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000515315",
"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-25",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "joanna.lindsay@renfrewshire.gov.uk",
"telephone": "+44 1416186400",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-86",
"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-25"
},
"tender": {
"id": "RC/OC/448/17",
"title": "Johnstone Castle New Build Housing",
"description": "The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45211100",
"scheme": "CPV"
},
{
"id": "45211300",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Johnstone"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 11700000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-11-27T12:00:00Z"
},
"documents": [
{
"id": "OCT299305",
"documentType": "contractNotice",
"title": "Johnstone Castle New Build Housing",
"description": "The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT299305",
"format": "text/html"
},
{
"id": "JUL323718",
"documentType": "awardNotice",
"title": "Johnstone Castle New Build Housing",
"description": "The Project is being promoted by Renfrewshire Council as part of the Strategic Housing Investment Plan and Local Housing Strategy for Renfrewshire. The works consist of the construction of 95 new build Council homes (together with associated landscaping and infrastructure) within the Johnstone Castle area. The Development shall replace the existing Council tenements which occupied the site, whilst retaining the existing community.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323718",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Works required within the project shall be undertaken on a phased programme of works to enable demolition and site clearance of existing tenements (carried out by the Council) within later phases of the Development. On appointment site A (19 Units) and site B (29 Units) will be available for construction with site D (14 Units) available for construction from January 2019. Site C (26 Units) and site E (7 Units) each have one remaining owner; a Compulsory Purchase Order (CPO) process is underway to obtain ownership to enable site clearance. With Scottish Ministers having approved the CPO, ownership of these properties is expected in January 2019. Allowing for 1 year for site clearance and investigations, access for sites C and E is expected to be January 2019. Whilst it is expected sites C and E will progress and be included within the ITT, the Council reserves the right to reduce or remove these sites should the CPO process be unsuccessful. Alternatively, the Council reserves the right to enter into further discussions with the Principal Contractor in relation to the start date for sites C and E should the CPO process be unsuccessful. Demolition (including foundations) and site clearance of sites C, D and E will be carried out by the Council ahead of site handover. Works that are required to be undertaken within the project include but are not limited to: -Design and Build of 95 No. New Build homes -Novation of the Council's appointed Design Team -Completion of Stage 2 warrant process -Construction of retaining walls -External works including driveways, front & back gardens, road and pavement resurfacing. -Utility & Drainage connections -Installation of kitchen and bathroom fittings -Accessible use fittings to Wheelchair Bungalow properties. (2 No.) -Site Investigations of Sites C, D and E -Considerate Constructor Scheme Compliance -Engagement with local community, resident groups & school (Open days, Newsletters etc.) -Site security through SIA certified contractor -Traffic Management (In co-ordination with demolition contractor) -Provide Tenant Manual / Information Pack & Training / Demonstration to tenants & Council staff.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-05-14T00:00:00Z",
"endDate": "2020-06-30T00:00:00Z"
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"performanceTerms": "Contract performance conditions will be accordance with the Conditions of Contract as stated in paragraph 1.1.2 of the RTP document."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2017-12-08T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly \"general\" turnover of 22,000,000 GBP for the last two years in the business area covered by the contract. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - 10,000,000 GBP each and every claim Public Liability Insurance - 10,000,000 GBP each and every claim Professional Indemnity - minimum 5,000,000 GBP Contractors All Risk - minimum 13,800,000 GBP Statutory Third Party Motor Vehicle Cover The Council will use a Dun & Bradstreet (D&B) Failure Score of 30 or above in order to assist the assessment of the financial stability of the Bidder.",
"minimum": "Bidders are required to demonstrate they have a minimum yearly \"general\" turnover of at least 22,000,000 GBP for the past two years in the business area covered by the contract. Bidders must confirm they already have or commit to obtain prior to the commencement of the contract the required insurance levels. The Council will use a Dun & Bradstreet (D&B) Failure Score of 30 or above in order to assist the assessment of the financial stability of the Bidder. It is recommended that Bidders review their own D&B Failure Score in advance of submitting their RTP Submission. If, following this review, Bidders consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the RTP Submission, together with any relevant supporting independent evidence. Where the Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their RTP Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Further information is contained within the RTP document. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Bidder must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of the last 2 financial years' audited accounts and details of significant changes since the last financial year end in respect of any proposed sub-contractor."
},
{
"type": "technical",
"description": "Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm their average annual manpower for the last three years. Bidders will be required to confirm the number of managerial staff for the last three years. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "Bidders are required to provide two examples of works similar to this Project as stated in the Statement of Requirements (where these projects are not in a house building environment you should describe how you consider these to be similar) completed within the last five years. Bidders should provide details of the main person employed who would be responsible for the delivery of this project. Bidders should provide details of the technical facilities and measures for ensuring quality and the study and research facilities used. Bidders are required to provide a statement detailing their supply chain and contract management procedures they currently have in place. Bidders are required to confirm their average annual manpower for the last three years. Bidders are required to provide the number of managerial staff within their organisation for the last three years. Bidders are required to confirm that they have (or have access to) the relevant tools, plant or technical equipment to fully deliver the statement of requirements. Bidders are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted. Minimum Standards for ESPD Section 4D are contained within section 3.2 of the RTP document contained within the Supplier Attachment"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-04-26T00:00:00Z"
}
},
"classification": {
"id": "45210000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.",
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:548388)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000515315"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000515315"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC/OC/448/17",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC/OC/448/17",
"awardID": "RC/OC/448/17",
"status": "active",
"dateSigned": "2018-06-28T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 207-426901"
}
]
}