Notice Information
Notice Title
Castleview Low Carbon Hub
Notice Description
The aim of this contract is to develop the current Castleview Park and Ride into a Low Carbon Hub, inclusive of solar canopies, electrical vehicle charging infrastructure, battery storage, active travel opportunities. The contract will deliver a high quality low carbon hub that is both highly innovative and delivers a range of sustainability outcomes.
Lot Information
Lot 1
Stirling Council are seeking suitably qualified and experienced contractors for the following:- Supply and Installation of solar canopies, electrical vehicle charging infrastructure and battery storage. The contract will deliver a high quality low carbon hub that is both highly innovative and delivers a range of sustainability outcomes. The following will apply: - NEC3 Terms and Conditions - Traffic Management - Welfare facilities in accordance with CDM - Design and installation of solar canopies over existing car park and energy storage unit with energy management system - Connection of system to existing site use - Installation of a mix of slow, fast and rapid EV chargers connected to energy storage unit and management system -Traffic signs. Quality responses - Each method statement will be scored using 0-10 scoring Methodology - refer to pages 9 to 11 (Evaluation Process) within the Invitation to Tender document (ITT) for further details.
Options: The duration of the design and build element of this contract will be approximately 4 months. The Council reserves the right to take up an option for Operation and Maintenance. The duration of this option would be approximately 60 months.
Renewal: Renewals may be for Operation and Maintenance. The Council reserves the right to take up an option for Operation and Maintenance. The duration of this option would be approximately 60 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000587058
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358206
- 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
45220000 - Engineering works and construction works
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 24 Jun 20196 years ago
- Submission Deadline
- 25 Jul 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- STIRLING COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@stirling.gov.uk
- Contact Phone
- +44 1786233384
Buyer Location
- Locality
- STIRLING
- Postcode
- FK8 2ET
- Post Town
- Falkirk and Stirling
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Stirling
- Electoral Ward
- Stirling West
- Westminster Constituency
- Stirling and Strathallan
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358206
Castleview Low Carbon Hub - The aim of this contract is to develop the current Castleview Park and Ride into a Low Carbon Hub, inclusive of solar canopies, electrical vehicle charging infrastructure, battery storage, active travel opportunities. The contract will deliver a high quality low carbon hub that is both highly innovative and delivers a range of sustainability outcomes.
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-r6ebe6-0000587058-2019-06-24T00:00:00Z",
"date": "2019-06-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000587058",
"initiationType": "tender",
"parties": [
{
"id": "org-36",
"name": "Stirling Council",
"identifier": {
"legalName": "Stirling Council"
},
"address": {
"streetAddress": "Strategic Commissioning and Customer Development, Old Viewforth",
"locality": "Stirling",
"region": "UKM77",
"postalCode": "FK8 2ET"
},
"contactPoint": {
"email": "procurement@stirling.gov.uk",
"telephone": "+44 1786233384",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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.stirling.gov.uk"
}
}
],
"buyer": {
"name": "Stirling Council",
"id": "org-36"
},
"tender": {
"id": "SC1819 0083",
"title": "Castleview Low Carbon Hub",
"description": "The aim of this contract is to develop the current Castleview Park and Ride into a Low Carbon Hub, inclusive of solar canopies, electrical vehicle charging infrastructure, battery storage, active travel opportunities. The contract will deliver a high quality low carbon hub that is both highly innovative and delivers a range of sustainability outcomes.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45220000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Castleview Park and Ride - Stirling"
},
"deliveryAddresses": [
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2019-07-25T14:00:00Z"
},
"awardPeriod": {
"startDate": "2019-07-25T14:00:00Z"
},
"documents": [
{
"id": "JUN358206",
"documentType": "contractNotice",
"title": "Castleview Low Carbon Hub",
"description": "The aim of this contract is to develop the current Castleview Park and Ride into a Low Carbon Hub, inclusive of solar canopies, electrical vehicle charging infrastructure, battery storage, active travel opportunities. The contract will deliver a high quality low carbon hub that is both highly innovative and delivers a range of sustainability outcomes.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358206",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Stirling Council are seeking suitably qualified and experienced contractors for the following:- Supply and Installation of solar canopies, electrical vehicle charging infrastructure and battery storage. The contract will deliver a high quality low carbon hub that is both highly innovative and delivers a range of sustainability outcomes. The following will apply: - NEC3 Terms and Conditions - Traffic Management - Welfare facilities in accordance with CDM - Design and installation of solar canopies over existing car park and energy storage unit with energy management system - Connection of system to existing site use - Installation of a mix of slow, fast and rapid EV chargers connected to energy storage unit and management system -Traffic signs. Quality responses - Each method statement will be scored using 0-10 scoring Methodology - refer to pages 9 to 11 (Evaluation Process) within the Invitation to Tender document (ITT) for further details.",
"status": "active",
"options": {
"description": "The duration of the design and build element of this contract will be approximately 4 months. The Council reserves the right to take up an option for Operation and Maintenance. The duration of this option would be approximately 60 months."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1920
},
"hasRenewal": true,
"renewal": {
"description": "Renewals may be for Operation and Maintenance. The Council reserves the right to take up an option for Operation and Maintenance. The duration of this option would be approximately 60 months."
}
}
],
"bidOpening": {
"date": "2019-07-25T14:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please see tender documents for further information."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders must be suitably experienced and qualified to carry out the works specified within this contract notice and ITT documentation."
},
{
"type": "economic",
"description": "4B.1.1 Bidders will be required to have a minimum \"general\" yearly turnover of 3,000,000 GBP for the last 2 years: 4B.2.1 - Bidders will be required to have a minimum yearly \"specific\" turnover of 3,000,000 GBP for the last 2 years in the business area covered by the contract. Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4 - Liquidity ratio for Current Year = - Liquidity ratio for Prior Year = The formula for calculating a Tenderer's liquidity ratio is (current assets - stock or work in progress) divided by current liabilities. This is commonly known as the 'Acid Test Ratio'. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer's Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 10m GBP b. Public/Products Liability Insurance - 10m GBP c. Professional Indemnity - 5m GBP d. All Risks Cover - 10m GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition. Please provide certification details within ESPD response."
},
{
"type": "technical",
"description": "Part IV: Selection criteria - C: Technical and professional ability - Question 4C.1 - Bidders will be required to provide two examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work. Part IV: Selection criteria - C: Technical and professional ability Question 4C.2.1 The installer of the PV panels arrays/systems must be a member of the Microgeneration Certificate Scheme (MCS)\" or equivalent. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - It is a mandatory requirement of the Council that, for this contract, the Contractor's site personnel have valid CSCS cards or equivalent, prior to contract commencement. Bidders should confirm that this condition has been met within the response to this question. Where a Bidder does not hold or commit to obtaining valid CSCS cards as required, the Council may exclude the Bidder from the competition. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 - Quality Assurance Schemes - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent). Please see ITT for further information. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 -Health and Safety Procedures - 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. Please see ITT for further information. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.2 - Environmental Management - 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. Please see ITT for further information. Please provide certification details within ESPD response."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
}
},
"classification": {
"id": "45220000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The Contractor shall comply with all statutory obligations where applicable, including, but not limited to, the following: - British Standard Specification (BS) and European Standards (BS EN) - British Standard Code of Practice (BSCP) - CIBSE Guides to Current Practice and Technical Memoranda - Institution of Engineering and Technology (IET) Wiring Regulations (BS 7671) - Institute of Plumbing and Heating Design Guide (IPHE) - Water Supply (Water Fittings) Regulations - Water Byelaws - The Building Regulations - Loss Prevention Council (LPC) - Building Research Station (BRE) digest recommendations - Building Services Research and Information Association (BSRIA) recommendations - and guides - Local Bye-Laws and/or Regulations. - Manufacturers' instructions and recommendations for installation/testing - Government (formerly PSA) specifications - Health and Safety at Work Act - CDM Regulations - Health Technical Memoranda (HTMs) - Health Building Notes (HBNs) - HSE Approved Code of Practice documents and guidelines - Radio communications Agency The duration of the design and build element of this contract will be approximately 4 months. It is essential that the supplier is able to meet the key contract milestones as set out in the tender documents. The Council reserves the right to take up an option for Operation and Maintenance. The duration of this option would be approximately 60 months. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13800. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: (SC Ref:587058)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000587058"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}