Notice Information
Notice Title
THCARS2 Public Realm Landscape Architect
Notice Description
The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town Centre.
Lot Information
Lot 1
In support of the Paisley Town Centre Heritage Asset Strategy, funding has been secured for a second Paisley Townscape Heritage/Conservation Area Regeneration Scheme (TH/CARS2). The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town 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-r6ebe6-0000551478
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331763
- 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
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71000000 - Architectural, construction, engineering and inspection services
71400000 - Urban planning and landscape architectural services
71420000 - Landscape architectural services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £59,480 Under £100K
Notice Dates
- Publication Date
- 20 Sep 20187 years ago
- Submission Deadline
- 23 Aug 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 19 Sep 20187 years ago
- Contract Period
- 10 Sep 2018 - 31 Aug 2020 1-2 years
- 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=AUG326913
THCARS2 Public Realm Landscape Architect - The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town Centre. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331763
THCARS2 Public Realm Landscape Architect - The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town 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-r6ebe6-0000551478-2018-09-20T00:00:00Z",
"date": "2018-09-20T00:00:00Z",
"ocid": "ocds-r6ebe6-0000551478",
"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": "Euan Walker",
"email": "euan.walker@renfrewshire.gov.uk",
"telephone": "+44 1416187791",
"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-3",
"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-109",
"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",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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-105",
"name": "Ironside Farrar Limited",
"identifier": {
"legalName": "Ironside Farrar Limited"
},
"address": {
"streetAddress": "111 McDonald Road",
"locality": "Edinburgh",
"region": "UKM75",
"postalCode": "EH7 4NW"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-111",
"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-109"
},
"tender": {
"id": "RC-CPU-18-176",
"title": "THCARS2 Public Realm Landscape Architect",
"description": "The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town Centre.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71400000",
"scheme": "CPV"
},
{
"id": "71420000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Paisley, Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"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": "2018-08-23T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-08-23T12:00:00Z"
},
"documents": [
{
"id": "AUG326913",
"documentType": "contractNotice",
"title": "THCARS2 Public Realm Landscape Architect",
"description": "The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town Centre.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG326913",
"format": "text/html"
},
{
"id": "SEP331763",
"documentType": "awardNotice",
"title": "THCARS2 Public Realm Landscape Architect",
"description": "The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town Centre.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP331763",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "In support of the Paisley Town Centre Heritage Asset Strategy, funding has been secured for a second Paisley Townscape Heritage/Conservation Area Regeneration Scheme (TH/CARS2). The Council wish to appoint a consultant to act as a Lead Designer and Project Manager (fulfilling the role as Employer under the terms of the NEC3 Construction Short Contract) for the delivery of Public Realm improvements as identified within the Paisley TH.CARS2 project in Paisley Town 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": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-09-10T00:00:00Z",
"endDate": "2020-08-31T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-08-23T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire House, Cotton Street, Paisley, PA1 1JB"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Contract performance conditions are as stated within the Invitation to Tender document."
},
"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."
},
{
"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 - Statutory minimum 5m GBP each and every claim Public Liability - Minimum 1m GBP each and every claim Professional Indemnity - Minimum 1m GBP will 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 Insurance - To be evidenced by way of a valid MV certificate in the company name OR, where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has \"ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes. 4B.6 The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Tenderer's review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Tenderer's consider that the D&B Failure Score does not reflect their current financial status; the Tenderer should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence. Where the Tenderer 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 Tenderer 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 Tenderer intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Tenderer 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.5.1 Tenderer'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 Tenderer'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 may be assessed as a FAIL and may be excluded from the Procurement Process. Tenderer'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 may be assessed as a FAIL and may be excluded from the Procurement Process. Tenderer'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."
},
{
"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.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 the Invitation to Tender document.",
"minimum": "4C.1.2 Bidders are required to provide a minimum of two examples of similar projects completed within the last three years. Bidders who fail to provide evidence of delivering similar projects that they have experience may be assessed as a FAIL and excluded from the Procurement Process. 4C.10 Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement Process. 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 document."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "71000000",
"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 received 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 doubt, automated messages confirming receipt of a Tender Submission should not be taken to imply acceptance of it by the Council. Tenderers must complete the ESPD within the Qualification Envelope as part of their Tender Submission. (SC Ref:557989)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551478"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000551478"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-18-176",
"suppliers": [
{
"id": "org-105",
"name": "Ironside Farrar Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-18-176",
"awardID": "RC-CPU-18-176",
"status": "active",
"value": {
"amount": 59480,
"currency": "GBP"
},
"dateSigned": "2018-09-19T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "268",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "269",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "270",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}