Notice Information
Notice Title
Construction of the New Spateston Pre Five Centre, Johnstone
Notice Description
This procurement is for the appointment of a Principal Contractor to undertake the construction of the Spateston Pre Five Centre.
Lot Information
Lot 1
Renfrewshire Council is strongly committed to improving outcomes for families, children and young people in the community. Renfrewshire's community plan for 2013 - 2022 will be the key driver for ensuring that Renfrewshire's children and young people will have the best start in life. This vision for education in Renfrewshire is one which promotes the highest quality learning and teaching to ensure the best outcomes for all learners. The school estate should promote learning and achievement, and gives all our children and young people the opportunity to learn in the best possible environment. On 19 January 2017, the Education and Children Policy Board agreed to construct a new Spateston Pre Five Centre.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000542814
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321199
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract 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
45000000 - Construction work
45210000 - Building construction work
45214000 - Construction work for buildings relating to education and research
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Jun 20187 years ago
- Submission Deadline
- 4 Jul 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
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=JUN321199
Construction of the New Spateston Pre Five Centre, Johnstone - This procurement is for the appointment of a Principal Contractor to undertake the construction of the Spateston Pre Five Centre.
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-r6ebe6-0000542814-2018-06-06T00:00:00Z",
"date": "2018-06-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000542814",
"initiationType": "tender",
"parties": [
{
"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": "Graeme Clark",
"email": "graeme.clark@renfrewshire.gov.uk",
"telephone": "+44 1416186400",
"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"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-10",
"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-9"
},
"tender": {
"id": "RC-CPU-18-068",
"title": "Construction of the New Spateston Pre Five Centre, Johnstone",
"description": "This procurement is for the appointment of a Principal Contractor to undertake the construction of the Spateston Pre Five Centre.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45214000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Johnstone"
},
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html?_ncp=1526297199100.1039-1",
"tenderPeriod": {
"endDate": "2018-07-04T12:00:00Z"
},
"documents": [
{
"id": "JUN321199",
"documentType": "contractNotice",
"title": "Construction of the New Spateston Pre Five Centre, Johnstone",
"description": "This procurement is for the appointment of a Principal Contractor to undertake the construction of the Spateston Pre Five Centre.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN321199",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council is strongly committed to improving outcomes for families, children and young people in the community. Renfrewshire's community plan for 2013 - 2022 will be the key driver for ensuring that Renfrewshire's children and young people will have the best start in life. This vision for education in Renfrewshire is one which promotes the highest quality learning and teaching to ensure the best outcomes for all learners. The school estate should promote learning and achievement, and gives all our children and young people the opportunity to learn in the best possible environment. On 19 January 2017, the Education and Children Policy Board agreed to construct a new Spateston Pre Five Centre.. 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.",
"status": "active",
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5
},
"selectionCriteria": {
"description": "4C.1.A Project Considerations (25%) 4C.1.B Minimised Disruption (10%) 4C.1.C BIM Protocol (15%) 4C.2.A Staff Management Procedures (15%) 4C.4.A Supply Chain Management Procedures (25%) 4C.9.A Tools, Plant and Technical Equipment (10%)"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The Contract will include performance conditions relating to fair working practices and community benefits."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2018-08-30T00:00:00Z"
},
"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."
},
{
"type": "economic",
"description": "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 Public and products liability - minimum 10m GBP, each and every claim Professional indemnity - minimum 1m GBP, each and every claim Contractors All Risk - value of the works +15% Statutory third party motor vehicle insurance - evidenced by way of a valid MV certificate in the company name. 4B.6 The Council will utilise Dun & Bradstreet (D&B) to calculate a Failure Score. Candidates (including all participants in a group) are required to have a Failure Score of 20 or above in order to demonstrate its financial strength and stability. It is recommended that Bidders review their own D&B Failure Score in advance of submitting a RTP. Where the Bidder does not have a D&B Failure Score, or where the Bidder does not consider that the D&B Failure Score reflects their current financial status; the Bidder may give an explanation within the RTP, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. Bidders are required to confirm that they commit to procuring a collateral warranty in favour of the Council with respect to any subcontractors with design responsibility which requires that such subcontractors provide professional indemnity insurance for a minimum amount of 1,000,000 GBP. Where a Bidder does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Bidders should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents S10 Parent Company Guarantee.",
"minimum": "4B.5.1 Bidders must self-declare as part of the ESPD (Scotland), as contained in the Qualification Envelope that they will have the requested insurance cover as detailed in the ITP document, the ESPD and Contract Notice, or commit to obtain the insurance prior to the commencement of the Contract. Bidders will be required to provide evidence of this cover in the form of the following: A letter from their company's insurance broker confirming the insurances the insurance broker has arranged on behalf of their company. This is normally referred to as a \"to whom it may concern \" letter and includes summary details of the insurance cover held including the name of the insurer or underwriter, the policy number, the date cover begins and ends, the extent of the cover, including indemnity limits, excess levels and any special conditions or warranties applicable. The letter must be provided in electronic format. If Bidders do not currently hold this level of cover they may in the ESPD (Scotland) state that in the event of being successful in the procurement process for a Contract, the required insurance cover will be put in place. Evidence of the required insurance cover will be a condition of entering into a Contract. It is condition of the Contract that these minimum indemnity levels be held for the duration of the Contract and updated evidence will be required on the insurance renewal date. Bidders unable to commit to obtain the levels of insurance detailed above will be assessed as a FAIL and be excluded from the competition. 4B.6 Bidders who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and will be excluded from the competition. Bidders 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 RTP Submission deadline may be assessed as a FAIL and will be excluded from the competition. Bidders that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the RTP Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise may be assessed as a FAIL and will be excluded from the competition."
},
{
"type": "technical",
"description": "4C.1 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. 4C.2.1 Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. 4C.4 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. 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. 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 condition 3.2 of the document entitled 'ITP - Spateston New Build Information and Instructions' located within the Public Contracts Scotland - Tender platform.",
"minimum": "4C.1 Bidders are required to provide a minimum of two examples of Similar Projects as stated in the Statement of Requirements completed within the last five years. Examples should be similar in scope, scale and duration. Examples should include: Name of project with brief description and duration, including start and end dates (month/ year) it was carried out,Name of Client, Name of contact within the Client's organisation and their contact details, who may be contacted for further information, and Brief description of whether, or not, the project was completed on time and within budget 4C.2.1 Bidders should provide details of the key persons employed within their organisation who could be responsible for the delivery of this project. 4C.4 Bidders are required to provide a statement detailing their supply chain and contract management procedures they currently have in place. 4C.9 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. 4C.10 Bidders should 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 condition 3.2 of the document entitled 'ITP - Spateston New Build Information and Instructions' located within the Public Contracts Scotland - Tender platform. Full details of minimum requirements and assessment criteria in regards to Technical and professional ability is located within condition 3.2 of the document entitled 'ITP - Spateston New Build Information and Instructions' located within the Public Contracts Scotland - Tender platform."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, 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": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 10898. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:542814)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000542814"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}