Notice Information
Notice Title
Consultancy for Cladding at George Court
Notice Description
Renfrewshire Council requires a consultant to provide proposal to renew specific elements of cladding within one of our high rise properties.
Lot Information
Lot 1
The council require the service of a consultancy to provide proposals to renew specific elements of cladding within the balcony enclosures to one of our multi storey blocks. The proposals will include technical specification on how to remove and replace existing cladding and insulation that is compliant with current building regulations and meets the requirements of Building Standards as per the Building (Scotland) Act 2003.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000526798
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317570
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
44212381 - Cladding
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £20,163 Under £100K
Notice Dates
- Publication Date
- 25 Apr 20187 years ago
- Submission Deadline
- 26 Jan 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Apr 20187 years ago
- Contract Period
- 5 Feb 2018 - 9 Apr 2018 1-6 months
- 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
- Not specified
- Contact Email
- douglas.mcewan@renfrewshire.gov.uk, jenny.thomson@renfrewshire.gov.uk
- Contact Phone
- +44 1416186906
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=JAN307151
Consultancy for Cladding at George Court - Renfrewshire Council requires a consultant to provide proposal to renew specific elements of cladding within one of our high rise properties. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317570
Consultancy for Cladding at George Court - Renfrewshire Council requires a consultant to provide proposal to renew specific elements of cladding within one of our high rise properties.
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-r6ebe6-0000526798-2018-04-25T00:00:00Z",
"date": "2018-04-25T00:00:00Z",
"ocid": "ocds-r6ebe6-0000526798",
"initiationType": "tender",
"parties": [
{
"id": "org-51",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "jenny.thomson@renfrewshire.gov.uk",
"telephone": "+44 1416186906",
"faxNumber": "+44 1416187050",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-52",
"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://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-41",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "douglas.mcewan@renfrewshire.gov.uk",
"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"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-87",
"name": "Michael Dyson Associates Limited",
"identifier": {
"legalName": "Michael Dyson Associates Limited"
},
"address": {
"streetAddress": "West House, Meltham Road, Honley, Holmfirth",
"locality": "Holmfirth",
"region": "UK",
"postalCode": "HD9 6LB"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-88",
"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://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-41"
},
"tender": {
"id": "RC-CPU-17-162",
"title": "Consultancy for Cladding at George Court",
"description": "Renfrewshire Council requires a consultant to provide proposal to renew specific elements of cladding within one of our high rise properties.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44212381",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "George Court, George Street Paisley"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-01-26T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-01-26T13:30:00Z"
},
"documents": [
{
"id": "JAN307151",
"documentType": "contractNotice",
"title": "Consultancy for Cladding at George Court",
"description": "Renfrewshire Council requires a consultant to provide proposal to renew specific elements of cladding within one of our high rise properties.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN307151",
"format": "text/html"
},
{
"id": "APR317570",
"documentType": "awardNotice",
"title": "Consultancy for Cladding at George Court",
"description": "Renfrewshire Council requires a consultant to provide proposal to renew specific elements of cladding within one of our high rise properties.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR317570",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The council require the service of a consultancy to provide proposals to renew specific elements of cladding within the balcony enclosures to one of our multi storey blocks. The proposals will include technical specification on how to remove and replace existing cladding and insulation that is compliant with current building regulations and meets the requirements of Building Standards as per the Building (Scotland) Act 2003.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"startDate": "2018-02-05T00:00:00Z",
"endDate": "2018-04-09T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-01-26T13:30:00Z",
"address": {
"streetAddress": "Renfrewshire House, Cotton Street, Paisley, PA1 1JB"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Contract Performance Conditions are as stated within the Invitation to Tender documents located within the Supplier Attachment Area the Public Contracts Scotland - Tender Project."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"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. Bidders must participate in Construction Skills Certificate Scheme CSCS (or equivalent) Bidders must upload evidence of participation in CSCS within the technical envelope on the Public Contracts Scotland - Tender portal. 4A.2 Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform the service."
},
{
"type": "economic",
"description": "4B.1.1 Bidder's will be required to have a minimum \"general\" yearly turnover of 300,000.00 GBP for the last two (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: Employers liability - minimum 10m GBP, each and every claim with no 'working at height' restrictions relevant to this contract Public and products liability - minimum 10m GBP, each and every claim, but in the aggregate for products Professional indemnity - minimum 10m GBP, with no total bodily injury exclusion, each and every claim (however would accept cover in the aggregate so long as at least one automatic annual reinstatement of this sum is permitted within the policy terms). Contractors All Risk - minimum 600,000 GBP Statutory third party motor vehicle cover - valid MV certificate in the company name. 4b.6 The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Bidder's review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Bidder's consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the ESPD 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 ESPD Submission in order that the Council may assess these to determine the suitability of the Bidder 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 Bidder intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Bidder 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": "4B.1.1 Bidder's must evidence a good credit rating and a general annual turnover of at least 1,020,000 GBP for their last two financial years. Bidder's are therefore required to detail their (\"general\") yearly turnover for each of their previous two financial years. Bidder's who commenced trading within the last two years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Bidder 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. 4B.5.1 Bidder's must confirm they already have or commit to obtain prior to the commencement of the contract the stated level of insurance provision. Bidder'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. 4b.6 Bidder's who do not achieve a minimum D&B failure score of 20 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. Bidder'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. Bidder'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 - Lift Modernisation Renfrewshire House located within the Public Contracts Scotland - Tender platform."
},
{
"type": "technical",
"description": "4B.1.1 Bidder's will be required to have a minimum \"general\" yearly turnover of 300,000.00 GBP for the last two (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: Employers liability - minimum 5m GBP, each and every claim with no 'working at height' restrictions relevant to this contract Public and products liability - minimum 1m GBP, each and every claim, but in the aggregate for products Professional indemnity - minimum 10m GBP, with no total bodily injury exclusion, each and every claim (however would accept cover in the aggregate so long as at least one automatic annual reinstatement of this sum is permitted within the policy terms). Statutory third party motor vehicle cover - valid MV certificate in the company name. 4b.6 The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Bidder's review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Bidder's consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the ESPD 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 ESPD Submission in order that the Council may assess these to determine the suitability of the Bidder 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 Bidder intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Bidder 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": "4C.1 Bidder's are required to provide a minimum of two examples of similar projects completed within the last five years. 4C.10 Bidder's are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted. 4D.1/4D.2 Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within the Invitation to Tender documents located within the Public Contracts Scotland - Tender platform."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "44212381",
"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": "Award against framework: 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 Envelope as part of their Tender Submission. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. (SC Ref:540782)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000526798"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000526798"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-17-162",
"suppliers": [
{
"id": "org-87",
"name": "Michael Dyson Associates Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-17-162",
"awardID": "RC-CPU-17-162",
"status": "active",
"value": {
"amount": 20163,
"currency": "GBP"
},
"dateSigned": "2018-04-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "174",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "175",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "176",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "177",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "178",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}