Notice Information
Notice Title
Watercourse Maintenance
Notice Description
Renfrewshire Council wishes to invite tenderers to bid for two year plus one plus one year term service contract for watercourse maintenance.
Lot Information
Lot 1
Watercourse maintenance works: including drainage works; cleaning and minor repair works to grids, culverts and drains; emergency works; and maintenance of flood prevention schemes.
Renewal: Option of two further twelve month extension periods
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000524794
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317290
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- 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
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
45246000 - River regulation and flood control works
45246200 - Riverbank protection works
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Apr 20187 years ago
- Submission Deadline
- 19 Feb 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Apr 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- January 2020/2021/2022 (Depending on if extension options are utilised)
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Brian Bradley
- Contact Email
- brian.bradley@renfrewshire.gov.uk, cpu@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=JAN306372
Watercourse Maintenance - Renfrewshire Council wishes to invite tenderers to bid for two year plus one plus one year term service contract for watercourse maintenance. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317290
Watercourse Maintenance - Renfrewshire Council wishes to invite tenderers to bid for two year plus one plus one year term service contract for watercourse maintenance.
Notice URLs
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-r6ebe6-0000524794-2018-04-19T00:00:00Z",
"date": "2018-04-19T00:00:00Z",
"ocid": "ocds-r6ebe6-0000524794",
"initiationType": "tender",
"parties": [
{
"id": "org-33",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "cpu@renfrewshire.gov.uk",
"telephone": "+44 1416186400",
"url": "https://www.publictenderscotland.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-40",
"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-9",
"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": "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-36",
"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-9"
},
"tender": {
"id": "RC-CPU-17-119",
"title": "Watercourse Maintenance",
"description": "Renfrewshire Council wishes to invite tenderers to bid for two year plus one plus one year term service contract for watercourse maintenance.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "90700000",
"scheme": "CPV"
},
{
"id": "45246200",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?_ncp=1515515433344.1201-1",
"tenderPeriod": {
"endDate": "2018-02-19T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-02-19T12:00:00Z"
},
"documents": [
{
"id": "JAN306372",
"documentType": "contractNotice",
"title": "Watercourse Maintenance",
"description": "Renfrewshire Council wishes to invite tenderers to bid for two year plus one plus one year term service contract for watercourse maintenance.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN306372",
"format": "text/html"
},
{
"id": "APR317290",
"documentType": "awardNotice",
"title": "Watercourse Maintenance",
"description": "Renfrewshire Council wishes to invite tenderers to bid for two year plus one plus one year term service contract for watercourse maintenance.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317290",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Watercourse maintenance works: including drainage works; cleaning and minor repair works to grids, culverts and drains; emergency works; and maintenance of flood prevention schemes.",
"status": "cancelled",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Option of two further twelve month extension periods"
}
}
],
"bidOpening": {
"date": "2018-02-19T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire Council Headquarters"
},
"description": "in line with Council standing orders"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B.1.1Bidders will be required to have a minimum \"general\" yearly turnover of 75,000 GBP for the last 2 years. 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. 4B.5.1 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 = Statutory minimum 5m GBP each and every claim; Public Liability Insurance =5m GBP each and every claim Statutory third party motor vehicle cover, or where Service Provider require their employees to use their own personal motor vehicle in performance of the Service, the Service Provider shall provide those insurance details and a letter confirming that the Service Provider will fully indemnify the Council in respect of any loss or damage as a result of the employee's use of their personal motor vehicle in performance of the Service. 4B.6 The Council will use Dun and Bradstreet (D&B) to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their Tender Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, in order to progress to stage two of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that either a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation",
"minimum": "4B.1.1Bidders will be required to have a minimum \"general\" yearly turnover of 75,000 GBP for the last 2 years. 4B.5.1 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 = Statutory minimum 5m GBP each and every claim; Public Liability Insurance =5m GBP each and every claim Statutory third party motor vehicle cover, or where Service Provider require their employees to use their own personal motor vehicle in performance of the Service, the Service Provider shall provide those insurance details and a letter confirming that the Service Provider will fully indemnify the Council in respect of any loss or damage as a result of the employee's use of their personal motor vehicle in performance of the Service. 4B.6 Tenderers must achieve a D&B failure score of 20 or above to pass this section. The Council may undertake supplementary investigations to establish if the D&B failure score is a reflection of the current financial stability of the Tenderer; the outcome of such investigations will influence if a Tenderer is deemed to meet the minimum requirements to pass this bid selection stage in terms of their financial stability for the purposes of this contract. The Tenderer will be notified if supplementary investigations into the financial stability are being undertaken. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractors last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractors in relation to the Contract where they fail to meet the Council's minimum financial criteria"
},
{
"type": "technical",
"description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.9 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. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement).",
"minimum": "As above"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-07-19T00:00:00Z"
}
},
"classification": {
"id": "45246000",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: 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": true,
"recurrence": {
"description": "January 2020/2021/2022 (Depending on if extension options are utilised)"
}
},
"language": "EN",
"description": "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 will request the following documentation once all bids have been received: 1.Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. 2.Tenderers are required to submit S7 Declaration as part of their tender submission. The document is attached within the commercial envelope. 3. A completed copy of the Supporting Documents uploaded within the general attachments area in Public Contract Scotland Tender Portal, please note that documents must be signed by an authorised signatory. The Supporting Documents include: Agreement to S1 Equalities Questionnaire Agreement to S2 Equalities Declaration Agreement to S3 Tender Compliance Certificate Agreement to S4 No Collusion Certificate Agreement to S5 Prompt Payment Certificate Agreement to S6 Details of proposed registered waste carriers Agreement to S8 Scorecard Agreement to S9 List of Proposed Sub-Contractors Agreement to S10 Parent Company Guarantee Agreement to S11 Confirmation of Destruction of Information Certificate 4. A completed copy of the Health and Safety question set uploaded within the general attachments area. Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9947. For more information see: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?_ncp=1515666146454.1177-1 (SC Ref:540115)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000524794"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000524794"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-17-119",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 009-016046"
}
]
}