Notice Information
Notice Title
Dargavel Village 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 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area for social rent.
Lot Information
Lot 1
This procurement procedure is for the selection of a Principle Contractor to carry out design and construction of 80 new build homes within Dargavel Village, Bishopton for social rent. The Works consist of the design and construction of 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area (the "Development"). Key aims of this project are: -To support Renfrewshire Council's housing new build programme. -To support delivery of the Strategic Housing Investment Plan and Local Housing Strategy by providing good quality new affordable housing to meet identified needs. -To provide new high quality, main front and back door housing. The project will provide a good opportunity to secure local community benefits likely to include skills development and employment for the duration of the contract. The Works required within the project shall be undertaken on two serviced sites within Dargavel Village. Both sites are to be constructed concurrently. On appointment Site M5 (H27) and Site H11 will be available for construction of 39 units and 41 units respectively, totalling 80 units. Works that are required to be undertaken within the project include but are not limited to: -Design and Construction of 80 No. New Build homes -Novation of the Council's appointed Design Team -Completion of Stage 2 warrant process (Timber kit information) -Construction of retaining wall -External works including driveways, front & back gardens, road and pavement construction. -Utility & Drainage connections -Installation of kitchen and bathroom fittings -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 BAE System Contractor Meetings) -Infrastructure co-ordination (BAE Systems & stakeholders) -Provide Tenant Manual / Information Pack & Training / Demonstration to tenants & Council staff. Works at the site are scheduled for commencement in July 2018 with completion of each section to be within eighteen months of handover from the Council to the Contractor.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000519826
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335002
- 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
- Large
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
- £9,850,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £9,977,220 £1M-£10M
Notice Dates
- Publication Date
- 23 Oct 20187 years ago
- Submission Deadline
- 9 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 12 Oct 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- 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=NOV302178
Dargavel Village 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 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area for social rent. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335002
Dargavel Village 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 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area for social rent.
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-r6ebe6-0000519826-2018-10-23T00:00:00Z",
"date": "2018-10-23T00:00:00Z",
"ocid": "ocds-r6ebe6-0000519826",
"initiationType": "tender",
"parties": [
{
"id": "org-19",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Joanna Lindsay",
"email": "joanna.lindsay@renfrewshire.gov.uk",
"telephone": "+44 1416186906",
"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-20",
"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-74",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Joanna Lindsay",
"email": "joanna.lindsay@renfrewshire.gov.uk",
"telephone": "+44 1416186906",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-75",
"name": "Lovell Partnerships Limited",
"identifier": {
"legalName": "Lovell Partnerships Limited"
},
"address": {
"streetAddress": "Lovell House, Parkway Court, 271 Springhill Parkway",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G69 6GA"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-76",
"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-74"
},
"tender": {
"id": "RC/OC/460/17",
"title": "Dargavel Village 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 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area for social rent.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45211100",
"scheme": "CPV"
},
{
"id": "45211300",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Bishopton"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 9850000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-01-09T12:00:00Z"
},
"documents": [
{
"id": "NOV302178",
"documentType": "contractNotice",
"title": "Dargavel Village 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 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area for social rent.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV302178",
"format": "text/html"
},
{
"id": "OCT335002",
"documentType": "awardNotice",
"title": "Dargavel Village 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 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area for social rent.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335002",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This procurement procedure is for the selection of a Principle Contractor to carry out design and construction of 80 new build homes within Dargavel Village, Bishopton for social rent. The Works consist of the design and construction of 80 new build Council homes (together with associated landscaping and infrastructure) within the Dargavel Village, Bishopton area (the \"Development\"). Key aims of this project are: -To support Renfrewshire Council's housing new build programme. -To support delivery of the Strategic Housing Investment Plan and Local Housing Strategy by providing good quality new affordable housing to meet identified needs. -To provide new high quality, main front and back door housing. The project will provide a good opportunity to secure local community benefits likely to include skills development and employment for the duration of the contract. The Works required within the project shall be undertaken on two serviced sites within Dargavel Village. Both sites are to be constructed concurrently. On appointment Site M5 (H27) and Site H11 will be available for construction of 39 units and 41 units respectively, totalling 80 units. Works that are required to be undertaken within the project include but are not limited to: -Design and Construction of 80 No. New Build homes -Novation of the Council's appointed Design Team -Completion of Stage 2 warrant process (Timber kit information) -Construction of retaining wall -External works including driveways, front & back gardens, road and pavement construction. -Utility & Drainage connections -Installation of kitchen and bathroom fittings -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 BAE System Contractor Meetings) -Infrastructure co-ordination (BAE Systems & stakeholders) -Provide Tenant Manual / Information Pack & Training / Demonstration to tenants & Council staff. Works at the site are scheduled for commencement in July 2018 with completion of each section to be within eighteen months of handover from the Council to the Contractor.",
"status": "complete",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 540
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality (questions to be confirmed in Invitation to Tender)",
"description": "60%"
},
{
"type": "price",
"description": "40%"
}
]
}
}
],
"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": "2018-01-23T00:00:00Z"
},
"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 18,000,000 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 11,500,000 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": "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": "2019-03-05T00:00:00Z"
}
},
"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,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "The term \"Bidder/s\" used in this Notice includes \"Candidates\" as defined in paragraph 1.1.1 of the Request to Participate Document. Bidders must complete the ESPD within the Qualification and Technical envelopes as part of their Request to Participate. Bidders may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. This will be addressed within Part 3 of the ESPD contained within the Qualification Envelope. BIDDERS ARE ADVISED TO ALLOW ADEQUATE TIME FOR UPLOADING DOCUMENTS AND TO DISPATCH THE ELECTRONIC RESPONSE WELL IN ADVANCE OF THE CLOSING TIME TO AVOID ANY LAST MINUTE PROBLEMS. LATE SUBMISSIONS WILL NOT BE ACCEPTED UNDER ANY CIRCUMSTANCES. (SC Ref:561821)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000519826"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000519826"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC/OC/448/17",
"suppliers": [
{
"id": "org-75",
"name": "Lovell Partnerships Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC/OC/448/17",
"awardID": "RC/OC/448/17",
"status": "active",
"value": {
"amount": 9977220.75,
"currency": "GBP"
},
"dateSigned": "2018-10-12T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 226-470095"
}
],
"bids": {
"statistics": [
{
"id": "122",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "123",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "124",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "125",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "126",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}