Notice Information
Notice Title
George Place and Browns Lane 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
All works are to upgrade the pedestrian and visitor experience of the public realm and include introduction of a raised table at the junction of George Street with George Place to strengthen in-line pedestrian movement Works at George Place (area 1) and Browns Lane (area 2) will require works on the public highway. The objective of the works is to make meaningful streetscape improvements to support the business and residential community by improving the user and visitor experience and resulting footfall within the historic core of the 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-r6ebe6-0000585457
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379520
- 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
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
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
- £350,000 £100K-£500K
- Lots Value
- £350,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £244,972 £100K-£500K
Notice Dates
- Publication Date
- 4 Feb 20206 years ago
- Submission Deadline
- 10 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 17 Jan 20206 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
- Aileen Ross, Laura Gillan
- Contact Email
- aileen.ross@renfrewshire.gov.uk, laura.gillan@renfrewshire.gov.uk
- Contact Phone
- +44 1416186631, +44 7985719246
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=JUN356918
George Place and Browns Lane Public Realm Works - 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. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB379520
George Place and Browns Lane Public Realm Works - 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.
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-r6ebe6-0000585457-2020-02-04T00:00:00Z",
"date": "2020-02-04T00:00:00Z",
"ocid": "ocds-r6ebe6-0000585457",
"initiationType": "tender",
"parties": [
{
"id": "org-82",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Aileen Ross",
"email": "aileen.ross@renfrewshire.gov.uk",
"telephone": "+44 1416186631",
"faxNumber": "+44 1416187050",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"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-86",
"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-34",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Laura Gillan",
"email": "laura.gillan@renfrewshire.gov.uk",
"telephone": "+44 7985719246",
"url": "http://"
},
"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-335",
"name": "MacAsphalt",
"identifier": {
"legalName": "MacAsphalt"
},
"address": {
"streetAddress": "25 Scotts Road",
"locality": "Paisley",
"region": "UKM8",
"postalCode": "PA2 7AN"
},
"contactPoint": {
"telephone": "+44 1418879109"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-36",
"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-34"
},
"tender": {
"id": "RC-CPU-19-061",
"title": "George Place and Browns Lane 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": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233000",
"scheme": "CPV"
},
{
"id": "45233253",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 350000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-07-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-07-10T12:00:00Z"
},
"documents": [
{
"id": "JUN356918",
"documentType": "contractNotice",
"title": "George Place and Browns Lane 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=JUN356918",
"format": "text/html"
},
{
"id": "FEB379520",
"documentType": "awardNotice",
"title": "George Place and Browns Lane 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=FEB379520",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "All works are to upgrade the pedestrian and visitor experience of the public realm and include introduction of a raised table at the junction of George Street with George Place to strengthen in-line pedestrian movement Works at George Place (area 1) and Browns Lane (area 2) will require works on the public highway. The objective of the works is to make meaningful streetscape improvements to support the business and residential community by improving the user and visitor experience and resulting footfall within the historic core of the 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",
"value": {
"amount": 350000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 240
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2019-07-10T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire House, Paisley"
},
"description": "Tender Submissions will be opened in accordance with the Councils Standing Orders Relating to Contracts"
},
"contractTerms": {
"performanceTerms": "The Performance Dates are 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"
],
"bidValidityPeriod": {
"endDate": "2019-12-06T00:00:00Z"
}
},
"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 Recommended Tenderer 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 S6 Waste Carrier Certificate S9 List of Proposed Domestic Sub-Contractors QMS certification/policy EMS certification/policy Insurance certification (SC Ref:613177)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000585457"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000585457"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-19-061-1",
"suppliers": [
{
"id": "org-335",
"name": "MacAsphalt"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-19-061-1",
"awardID": "RC-CPU-19-061-1",
"status": "active",
"value": {
"amount": 244972.45,
"currency": "GBP"
},
"dateSigned": "2020-01-17T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1159",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1160",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1161",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1162",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1163",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}