Tender

TH.CARS2 Public Realm Works

RENFREWSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

03 Apr 2019 at 00:00

Summary of the contracting process

Renfrewshire Council is currently conducting an open tender for the "TH.CARS2 Public Realm Works" project, which focuses on environmental enhancements in several town centre areas within Paisley, Renfrewshire. The tender, valued at £503,000, is active and is set to close for submissions on 24th April 2019. Bidders must submit their proposals electronically, with the award period starting immediately after the deadline. The project falls under the category of works and aims to include resurfacing and hard landscaping that respects the historic character of the conservation area.

This tender presents significant opportunities for businesses, especially those in the construction, landscaping, and public works sectors. Contractors with experience in similar projects and the capability to manage operations in busy urban environments will find this tender particularly appealing. Companies that can demonstrate adherence to health and safety regulations, quality management standards, and have the necessary insurance in place will be well-suited to compete for this contract as the council seeks to establish a partnership with a qualified contractor for these enhancements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

TH.CARS2 Public Realm Works

Notice Description

As part of the TH.CARS2 project, several town centre areas were identified for environmental enhancement with a programme of resurfacing & hard landscaping sympathetic to the existing historic character of the locations contained within the conservation area.

Lot Information

Lot 1

As part of the TH.CARS2 project, several town centre areas were identified for environmental enhancement with a programme of resurfacing & hard landscaping sympathetic to the existing historic character of the locations contained within the conservation area. The Council wishes to establish a contract with a suitably qualified and experienced Contractor to undertake these resurfacing & hard landscaping works within the Paisley Town Centre Conservation Area. The works comprise the following main elements: -Upgrading / widening of an existing pedestrian pavement to new Caithness and granite -paving and stone kerbs. -Works to make good coverings over existing and redundant cellars -New street/building mounted lighting installation. -New street furniture. -Road drainage. -Road markings. The works are located in a busy town centre environment on the threshold of many businesses and homes. As such the Contractor will be required to operate a high standard of pedestrian and traffic management. This will include provision of a dedicated individual whose sole responsibility will be: -Liaison with businesses/residents to agree access requirements, deliveries, etc. -Preparation and review of traffic/pedestrian management proposals. -Monitoring of the works generally to ensure access is maintained at all times (e.g. minimum walk widths, temporary ramps, clearly defined working areas, etc). The Council have identified four Priority Areas and two Reserve Areas. The Council intends to award the four Priority Areas at contract award stage however reserves the right to also award one or both of the Reserve Areas at contract award stage or to instruct one or both Reserve Areas during the contract period as a variation to the contract subject to available budget. 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.

Options: The Council have identified four Priority Areas and two Reserve Areas. The Council intends to award the four Priority Areas at contract award stage however reserves the right to also award one or both of the Reserve Areas at contract award stage or to instruct one or both Reserve Areas during the contract period as a variation to the contract subject to available budget.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000578056
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR350403
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45200000 - Works for complete or part construction and civil engineering work

45233000 - Construction, foundation and surface works for highways, roads

45233253 - Surface work for footpaths

Notice Value(s)

Tender Value
£503,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
3 Apr 20196 years ago
Submission Deadline
24 Apr 2019Expired
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

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Brian Bradley
Contact Email
brian.bradley@renfrewshire.gov.uk
Contact Phone
+44 1416185638

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

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000578056-2019-04-03T00:00:00Z",
    "date": "2019-04-03T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000578056",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-66",
            "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",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "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-92",
            "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-66"
    },
    "tender": {
        "id": "RC-CPU-18-007",
        "title": "TH.CARS2 Public Realm Works",
        "description": "As part of the TH.CARS2 project, several town centre areas were identified for environmental enhancement with a programme of resurfacing & hard landscaping sympathetic to the existing historic character of the locations contained within the conservation area.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233253",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 503000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-04-24T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-04-24T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR350403",
                "documentType": "contractNotice",
                "title": "TH.CARS2 Public Realm Works",
                "description": "As part of the TH.CARS2 project, several town centre areas were identified for environmental enhancement with a programme of resurfacing & hard landscaping sympathetic to the existing historic character of the locations contained within the conservation area.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR350403",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "As part of the TH.CARS2 project, several town centre areas were identified for environmental enhancement with a programme of resurfacing & hard landscaping sympathetic to the existing historic character of the locations contained within the conservation area. The Council wishes to establish a contract with a suitably qualified and experienced Contractor to undertake these resurfacing & hard landscaping works within the Paisley Town Centre Conservation Area. The works comprise the following main elements: -Upgrading / widening of an existing pedestrian pavement to new Caithness and granite -paving and stone kerbs. -Works to make good coverings over existing and redundant cellars -New street/building mounted lighting installation. -New street furniture. -Road drainage. -Road markings. The works are located in a busy town centre environment on the threshold of many businesses and homes. As such the Contractor will be required to operate a high standard of pedestrian and traffic management. This will include provision of a dedicated individual whose sole responsibility will be: -Liaison with businesses/residents to agree access requirements, deliveries, etc. -Preparation and review of traffic/pedestrian management proposals. -Monitoring of the works generally to ensure access is maintained at all times (e.g. minimum walk widths, temporary ramps, clearly defined working areas, etc). The Council have identified four Priority Areas and two Reserve Areas. The Council intends to award the four Priority Areas at contract award stage however reserves the right to also award one or both of the Reserve Areas at contract award stage or to instruct one or both Reserve Areas during the contract period as a variation to the contract subject to available budget. 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",
                "options": {
                    "description": "The Council have identified four Priority Areas and two Reserve Areas. The Council intends to award the four Priority Areas at contract award stage however reserves the right to also award one or both of the Reserve Areas at contract award stage or to instruct one or both Reserve Areas during the contract period as a variation to the contract subject to available budget."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 300
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2019-04-24T12:00:00Z",
            "address": {
                "streetAddress": "Renfrewshire House, Paisley"
            },
            "description": "Tender Submissions will be opened in accordance with the Councils Standing Orders Relating to Contracts."
        },
        "contractTerms": {
            "performanceTerms": "Contract performance conditions are as detailed within the conditions of contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "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 5m GBP each and every claim Public and Products Liability - minimum 5m GBP each and every claim but in the aggregate for products Professional Indemnity - minimum 1m GBP each and every claim however will accept cover in the aggregate so long as at least one automatic annual reinstatement of this sum is permitted within the policy terms. Third Party Motor Insurance - Unlimited for death or injury and a minimum 5m GBP for property damage. Evidence of cover should be by way of a 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 Bidders review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Bidders 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 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.5.1 Bidders 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 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 may be excluded from the Procurement Process. 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 Tender Deadline may be assessed as a FAIL and may be excluded from the Procurement Process. 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 Tender 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 Bidders will be required to provide a minimum of 2 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.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The Bidder must have the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the Bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, The Bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. 4D.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR The Bidder must have the following: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the Bidders environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).",
                    "minimum": "4C.1 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 Bidders unable to demonstrate that they have required Quality Management certification, procedures etc. may be assessed as a FAIL and may be excluded from the Procurement Process. Bidders unable to demonstrate that they have the required Health and Safety certification, procedures etc. may be assessed as a FAIL and may be excluded from the Procurement Process 4D.2 Bidders unable to demonstrate that they have required Environmental Management certification, procedures etc. may be assessed as a FAIL and may be excluded from the Procurement Process."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45200000",
            "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": "The preferred bidder will be required to provide at Request for Documentation stage the following documents: Health and Safety Questionnaire and supporting information S1 Equalities Questionnaire S2 Equalities Declaration S3 Tender Compliance Certificate S4 No Collusion Certificate S5 Prompt Payment Certificate S9 List of Proposed Domestic Sub-Contractors QMS certification/policy EMS certification/policy All insurance certificates The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13243. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:578056)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000578056"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}