Notice Information
Notice Title
MTC for the Planned & Reactive Maintenance of Fall Arrest & Fall Restraint Systems
Notice Description
The Council has appointed a Contractor to carry out the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate.
Lot Information
Lot 1
The Council has appointed a Contractor to carry out the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate.
Renewal: Optional extension period of 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000541187
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335063
- 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)
45 - Construction work
50 - Repair and maintenance services
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
44112400 - Roof
45260000 - Roof works and other special trade construction works
45261900 - Roof repair and maintenance work
45261920 - Roof maintenance work
50000000 - Repair and maintenance services
71317200 - Health and safety services
Notice Value(s)
- Tender Value
- £50,000 Under £100K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £28,140 Under £100K
Notice Dates
- Publication Date
- 24 Oct 20187 years ago
- Submission Deadline
- 31 May 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Sep 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
- Brian Bradley, Jenny Thomson
- Contact Email
- brian.bradley@renfrewshire.gov.uk, jenny.thomson@renfrewshire.gov.uk
- Contact Phone
- +44 1416185638, +44 1416187245
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=MAY318229
MTC for the Planned & Reactive Maintenance of Fall Arrest & Fall Restraint Systems - The Council is seeking to employ a suitably experienced Contractor to carry out a contract for the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335063
MTC for the Planned & Reactive Maintenance of Fall Arrest & Fall Restraint Systems - The Council has appointed a Contractor to carry out the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate.
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-r6ebe6-0000541187-2018-10-24T00:00:00Z",
"date": "2018-10-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000541187",
"initiationType": "tender",
"parties": [
{
"id": "org-2",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Jenny Thomson",
"email": "jenny.thomson@renfrewshire.gov.uk",
"telephone": "+44 1416187245",
"faxNumber": "+44 1416187050",
"url": "https://publictendersscotland.publiccontrasscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-123",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-90",
"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",
"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-91",
"name": "The Roof Anchor Company Ltd",
"identifier": {
"legalName": "The Roof Anchor Company Ltd"
},
"address": {
"streetAddress": "144-146 Dalsetter Ave",
"locality": "Glasgow",
"region": "UKM83",
"postalCode": "G15 8TE"
},
"contactPoint": {
"telephone": "+44 1419491014"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-92",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://www.renfrewshire.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-90"
},
"tender": {
"id": "RC-CPU-18-067",
"title": "MTC for the Planned & Reactive Maintenance of Fall Arrest & Fall Restraint Systems",
"description": "The Council has appointed a Contractor to carry out the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44112400",
"scheme": "CPV"
},
{
"id": "45260000",
"scheme": "CPV"
},
{
"id": "45261900",
"scheme": "CPV"
},
{
"id": "45261920",
"scheme": "CPV"
},
{
"id": "71317200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 50000,
"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",
"tenderPeriod": {
"endDate": "2018-05-31T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-05-31T12:30:00Z"
},
"documents": [
{
"id": "MAY318229",
"documentType": "contractNotice",
"title": "MTC for the Planned & Reactive Maintenance of Fall Arrest & Fall Restraint Systems",
"description": "The Council is seeking to employ a suitably experienced Contractor to carry out a contract for the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY318229",
"format": "text/html"
},
{
"id": "OCT335063",
"documentType": "awardNotice",
"title": "MTC for the Planned & Reactive Maintenance of Fall Arrest & Fall Restraint Systems",
"description": "The Council has appointed a Contractor to carry out the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT335063",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Council has appointed a Contractor to carry out the Planned and Reactive Maintenance of Fall Arrest and Fall Restraint Systems throughout the Councils estate.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Optional extension period of 12 months."
}
}
],
"bidOpening": {
"date": "2018-05-31T12:30:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley PA1 1JB"
},
"description": "Tenders will be opened in accordance with Council's Standing Orders"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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. Statement for 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. Statement for 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 this service. Bidders must confirm if they hold the particular authorisation or memberships"
},
{
"type": "economic",
"description": "Statement for 4B.1.1: Bidders will be required to have a minimum \"general\" yearly turnover of 100,000 GBP for the last 2 years. Statement for 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. Statement for 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: Statement for 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 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": "For 4B.5.1: Employer's (Compulsory) Liability Insurance statutory minimum 5,000,000 GBP each and every claim Public and Products Liability Insurance minimum 5,000,000 GBP each and every claim but in the aggregate for products Statutory third party motor vehicle cover - a valid MV certificate in the company name, or, where there is no company fleet but employees use their own vehicles, a letter signed by a person of appropriate authority confirming that the company has ongoing arrangements in place to ensure that their employees' vehicles are appropriately insured and maintained for business purposes. http://www.hse.gov.uk/pubns/hse40.pdfhttp://www.hse.gov.uk/pubns/hse40.pdf For 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": "Statement for 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. Statement for 4C.2: Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Statement for 4C.6: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: And/Or: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Statement for 4C.8.1: Bidders will be required to confirm their average annual manpower for the last three years Statement for 4C.8.2: Bidders will be required to confirm their number of managerial staff for the last three years. Statement for 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. Statement for 4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Statement for 4C.11: Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity: The bidder must confirm that they will provide certificates of authenticity where required. Statement for 4C.12: Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards:",
"minimum": "For 4C.6: Operatives must be registered with the Construction Skills Certification Scheme For 4C.12: Planned and reactive maintenance to fall arrest and restraint systems in accordance with BS EN 8437, 7883, 795 and PUWER 1998 regulations most up to date editions to achieve statutory compliance."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-10-26T00:00:00Z"
}
},
"classification": {
"id": "50000000",
"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:562014)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000541187"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000541187"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-18-067",
"suppliers": [
{
"id": "org-91",
"name": "The Roof Anchor Company Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-18-067",
"awardID": "RC-CPU-18-067",
"status": "active",
"value": {
"amount": 28140,
"currency": "GBP"
},
"dateSigned": "2018-09-03T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "123",
"measure": "bids",
"value": 4,
"relatedLot": "1"
}
]
}
}