Notice Information
Notice Title
Construction of the Spateston Pre Five Centre, Johnstone
Notice Description
This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter.
Lot Information
Lot 1
This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter.. 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-r6ebe6-0000559667
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351300
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
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
- £1,600,000 £1M-£10M
- Lots Value
- £1,600,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,909,793 £1M-£10M
Notice Dates
- Publication Date
- 12 Apr 20196 years ago
- Submission Deadline
- 1 Nov 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Apr 20196 years ago
- Contract Period
- 3 Jun 2019 - 28 Feb 2020 6-12 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
- Joanna Tannock
- Contact Email
- aileen.ross@renfrewshire.gov.uk, joanna.tannock@renfrewshire.gov.uk
- Contact Phone
- +44 1416186631
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=OCT333349
Construction of the Spateston Pre Five Centre, Johnstone - This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351300
Construction of the Spateston Pre Five Centre, Johnstone - This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter.
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-r6ebe6-0000559667-2019-04-12T00:00:00Z",
"date": "2019-04-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000559667",
"initiationType": "tender",
"parties": [
{
"id": "org-80",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "aileen.ross@renfrewshire.gov.uk",
"telephone": "+44 1416186631",
"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-116",
"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-25",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Joanna Tannock",
"email": "joanna.tannock@renfrewshire.gov.uk",
"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"
},
{
"id": "Children's Services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-212",
"name": "Fleming Buildings Limited",
"identifier": {
"legalName": "Fleming Buildings Limited"
},
"address": {
"streetAddress": "23 Auchinloch Road, LENZIE",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G66 5ET"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-27",
"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-25"
},
"tender": {
"id": "RC-CPU-18-285",
"title": "Construction of the Spateston Pre Five Centre, Johnstone",
"description": "This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45214000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Johnstone"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1600000,
"currency": "GBP"
},
"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": "2018-11-01T12:00:00Z"
},
"documents": [
{
"id": "OCT333349",
"documentType": "contractNotice",
"title": "Construction of the Spateston Pre Five Centre, Johnstone",
"description": "This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333349",
"format": "text/html"
},
{
"id": "APR351300",
"documentType": "awardNotice",
"title": "Construction of the Spateston Pre Five Centre, Johnstone",
"description": "This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR351300",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This procurement is for the appointment of a Contractor for the construction of a new Early Years Childcare Centre in Johnstone and subsequent demolition of the existing nursery. Spateston Early Years Centre is programmed for delivery in Spring 2020, with demolition of the existing nursery thereafter.. 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",
"value": {
"amount": 1600000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "4C.1.A - Technical and Professional Ability (30%) 4C.1.B - Design & Build Contracting (30%) 4C.1.C - BIM Protocol (5%) 4C.2.A - Staff Management Procedures/Workforce Experience (12%) 4C.2.B - Training (3%) 4C.4.A - Achieving Excellence in the Delivered Facility (20%)"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2019-06-03T00:00:00Z",
"endDate": "2020-02-28T00:00:00Z"
},
"hasRenewal": false
}
],
"contractTerms": {
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The Contract will include performance conditions relating to fair working practices and community benefits."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2018-12-03T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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 Liability - minimum 10m GBP each and every claim Contractors All Risk Cover - value of the works +15% Professional Indemnity - minimum 1m GBP each and every claim Statutory Third Party Motor Vehicle Insurance - Unlimited for death/injury and minimum 5m GBP for property damage 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 Candidates review their own D&B Failure Score in advance of submitting a RTP. Where the Candidate does not have a D&B Failure Score, or where the Candidate does not consider that the D&B Failure Score reflects their current financial status; the Candidate may give an explanation within the RTP, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. Candidates 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 1m GBP. Where a Candidate does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Candidates 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 Candidates 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. Candidates 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 Candidates 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. Candidates 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 Candidates 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 excluded from the competition. Candidates 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 excluded from the competition. Candidates 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 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. 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.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 ITP document contained within PCS-T.",
"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. 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.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 ITP document contained within PCS-T."
}
]
},
"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": "(SC Ref:580179)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559667"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559667"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-18-285",
"suppliers": [
{
"id": "org-212",
"name": "Fleming Buildings Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-18-285",
"awardID": "RC-CPU-18-285",
"status": "active",
"value": {
"amount": 1909793.22,
"currency": "GBP"
},
"dateSigned": "2019-04-08T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "489",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "490",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "491",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "492",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "493",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}