Award

Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025

NORTH LANARKSHIRE COUNCIL

This public procurement record has 4 releases in its history.

Award

09 Mar 2021 at 00:00

TenderUpdate

27 Apr 2020 at 00:00

TenderUpdate

27 Mar 2020 at 00:00

Tender

03 Mar 2020 at 00:00

Summary of the contracting process

The North Lanarkshire Council is conducting a tender process for a Measured Term Contract for Re-Roofing, Re-Rendering, and Insulation Works for the period 2020 to 2025. This procurement falls under the works category and targets residential properties within the North Lanarkshire area, specifically in Motherwell. The procurement method is selective, following a restricted procedure with key dates including the submission deadline originally set for April 3, 2020, which was subsequently extended to June 26, 2020. The total anticipated contract value is £60 million, with completion status reported as active.

This contract presents significant opportunities for businesses involved in construction, particularly those that specialise in roofing, rendering, and insulation services. Contractors who have the capacity to manage large-scale projects and possess partnerships with utility companies, as required for funding under the Energy Companies Obligation (ECO), will be especially well-suited to compete. Additionally, SMEs that can demonstrate relevant experience and meet the financial and technical criteria outlined by the council will have a strong chance of success in this competitive tender.

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

Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025

Notice Description

Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Lot 1 may be subject to Scottish Government Funding (HEEPS:ABS) and the contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works. Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors are expected to have an ECO partner, such as a utility, to maximise this funding opportunity. Additional details provided under II.2.4 Description of the procurement.

Lot Information

Re-Roofing, Re-Rendering & Insulation Works (including HEEPS ABS)

The following information is intended as an overview to assist Candidates in making an informed decision as to whether to submit a Request to Participate(RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender(ITT)issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - making good internal finishings (e.g. plasterboard ceilings etc.); - repairing/replacing rainwater goods; - cleaning out gutters and downpipes; - painterwork (e.g. fascias, gutters - including potential high level); - insulation boarding - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors will therefore be required to have an ECO partner, such as a utility, to maximise this funding opportunity. The contractor will be required to claim ECO funding for eligible properties under the criteria set out in the OFGEM criteria, the ECO funding subsidy should be subsequently discounted from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed to facilitate transparency of funding); The Contractor will be required to undertake associated tenant/occupant/owner engagement/liaison, eligibility confirmation checks and the required administrative function in the manner prescribed by the Council. Some of the Works will be funded via the Scottish Government's Home Energy Efficiency Programme Scotland (HEEPS: ABS). The Contractor will be required to take cognisance of ECO and PAS 2035. He will be responsible for securing the participation of private owners and subsequent agreements/contractual arrangements for any project works will be between contractor and owner. Additional requirements are included under Re-Roofing, Re-Rendering and Insulation - Additional Information document 1. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the Invitation to Participate (ITP). Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The initial period of the contract will be 24 months, with the option to extend for up to a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Re-Roofing, Re-Rendering & Insulation Works

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate(RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender(ITT)issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - making good internal finishings (e.g. plasterboard ceilings etc.); - repairing/replacing rainwater goods; - cleaning out gutters and downpipes; - painterwork (e.g. fascias, gutters - including potential high level); - insulation boarding - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors will therefore be required to have an ECO partner, such as a utility, to maximise this funding opportunity. The contractor will be required to claim ECO funding for eligible properties under the criteria set out in the OFGEM criteria, the ECO funding subsidy should be subsequently discounted from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed to facilitate transparency of funding); The Contractor will be required to take cognisance of ECO and PAS 2035. Additional requirements are included under Re-Roofing, Re-Rendering and Insulation - Additional Information document 1. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the Invitation to Participate (ITP). Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Re-Roofing, Re-Rendering and Insulation Works

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate(RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender(ITT)issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - making good internal finishings (e.g. plasterboard ceilings etc.); - repairing/replacing rainwater goods; - cleaning out gutters and downpipes; - painterwork (e.g. fascias, gutters - including potential high level); - insulation boarding - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors will therefore be required to have an ECO partner, such as a utility, to maximise this funding opportunity. The contractor will be required to claim ECO funding for eligible properties under the criteria set out in the OFGEM criteria, the ECO funding subsidy should be subsequently discounted from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed to facilitate transparency of funding); The Contractor will be required to take cognisance of ECO and PAS 2035. Additional requirements are included under Re-Roofing, Re-Rendering and Insulation - Additional Information document 1. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the Invitation to Participate (ITP). Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000606506
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409049
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - 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

45260000 - Roof works and other special trade construction works

45320000 - Insulation work

45321000 - Thermal insulation work

45410000 - Plastering work

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
£60,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£60,000,000 £10M-£100M

Notice Dates

Publication Date
9 Mar 20214 years ago
Submission Deadline
3 Apr 2020Expired
Future Notice Date
Not specified
Award Date
5 Mar 20214 years ago
Contract Period
Not specified - Not specified
Recurrence
The Council will decide whether to invoke the available options to extend the Contract or to procure a new Contract approximately 6-12 months before the end of the initial Contract period.

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE 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
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
3
Supplier Names

AILSA BUILDING CONTRACTORS

GMG CONTRACTORS

PROCAST BUILDING CONTRACTORS

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-r6ebe6-0000606506-2021-03-09T00:00:00Z",
    "date": "2021-03-09T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000606506",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-87",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Head of Asset & Procurement Solutions (Infrastructure)",
                "email": "CorporateProcurement@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "url": "http://publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-88",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "email": "hamilton@scotcourts.gov.uk",
                "telephone": "+44 1698282957",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-1",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Contracts Section - ASN Transport, Tricia Howell",
                "email": "howellt@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-173",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "corporateprocurement@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-317",
            "name": "Procast Building Contractors Ltd",
            "identifier": {
                "legalName": "Procast Building Contractors Ltd"
            },
            "address": {
                "streetAddress": "20 Anderson Street",
                "locality": "Airdrie",
                "region": "UKM95",
                "postalCode": "ML6 0AA"
            },
            "contactPoint": {
                "telephone": "+44 7799862737"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-318",
            "name": "Ailsa Building Contractors Ltd",
            "identifier": {
                "legalName": "Ailsa Building Contractors Ltd"
            },
            "address": {
                "streetAddress": "251 Dundyvan Road",
                "locality": "Coatbridge",
                "region": "UK",
                "postalCode": "ML5 4AU"
            },
            "contactPoint": {
                "telephone": "+44 1236422615",
                "faxNumber": "+44 1236602623"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-319",
            "name": "GMG Contractors Ltd",
            "identifier": {
                "legalName": "GMG Contractors Ltd"
            },
            "address": {
                "streetAddress": "142 Swinton Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G69 6DW"
            },
            "contactPoint": {
                "telephone": "+44 1417711288"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-38",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-173"
    },
    "tender": {
        "id": "HO RF 19 048/ NLC-CPT-20-005",
        "title": "Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025",
        "description": "Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Lot 1 may be subject to Scottish Government Funding (HEEPS:ABS) and the contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works. Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors are expected to have an ECO partner, such as a utility, to maximise this funding opportunity. Additional details provided under II.2.4 Description of the procurement.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45321000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45321000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45321000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-04-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR382693",
                "documentType": "contractNotice",
                "title": "Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025",
                "description": "Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Lot 1 may be subject to Scottish Government Funding (HEEPS:ABS) and the contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works. Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors are expected to have an ECO partner, such as a utility, to maximise this funding opportunity. Additional details provided under II.2.4 Description of the procurement.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382693",
                "format": "text/html"
            },
            {
                "id": "MAR382693-1",
                "title": "Document 1 - Invitation to Participate",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=1",
                "datePublished": "2020-03-05T09:30:06Z",
                "dateModified": "2020-06-01T09:05:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-2",
                "title": "Document 2 - Conditions of Participation",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=2",
                "datePublished": "2020-03-05T09:30:06Z",
                "dateModified": "2020-03-05T09:30:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-3",
                "title": "Document 3 - ESPDS CAndidates Response",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=3",
                "datePublished": "2020-03-05T09:30:07Z",
                "dateModified": "2020-03-09T09:04:34Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-4",
                "title": "Candidates Declaration - Lot 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=4",
                "datePublished": "2020-03-05T09:30:07Z",
                "dateModified": "2020-03-05T09:30:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-5",
                "title": "Candidates Declaration - Lot 2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=5",
                "datePublished": "2020-03-05T09:30:07Z",
                "dateModified": "2020-03-05T09:30:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-6",
                "title": "Candidates Declaration - Lot 3",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=6",
                "datePublished": "2020-03-05T09:30:07Z",
                "dateModified": "2020-03-05T09:30:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-7",
                "title": "Additional Information Document 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=7",
                "datePublished": "2020-03-05T09:30:07Z",
                "dateModified": "2020-03-05T09:30:07Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-8",
                "title": "Document 3 - ESPDS Candidates Response",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=8",
                "datePublished": "2020-03-09T09:04:34Z",
                "dateModified": "2020-03-16T15:58:45Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-9",
                "title": "Document 3 - ESPDS Candidates Response (Amended to clarify response limitations in relation to 4C.1)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=9",
                "datePublished": "2020-03-16T15:58:45Z",
                "dateModified": "2020-03-16T15:58:45Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR382693-10",
                "title": "Market Engagement Questionnaire - Information gathering exercise on potential Covid-19 impact.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=10",
                "datePublished": "2020-05-19T12:59:51Z",
                "dateModified": "2020-05-19T12:59:51Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR382693-11",
                "title": "Document 1 - Invitation to Participate",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR382693&idx=11",
                "datePublished": "2020-06-01T09:05:47Z",
                "dateModified": "2020-06-01T09:05:47Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR409049",
                "documentType": "awardNotice",
                "title": "Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025",
                "description": "Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Lot 1 may be subject to Scottish Government Funding (HEEPS:ABS) and the contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works. Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors are expected to have an ECO partner, such as a utility, to maximise this funding opportunity. Additional details provided under II.2.4 Description of the procurement.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409049",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Re-Roofing, Re-Rendering & Insulation Works (including HEEPS ABS)",
                "description": "The following information is intended as an overview to assist Candidates in making an informed decision as to whether to submit a Request to Participate(RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender(ITT)issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - making good internal finishings (e.g. plasterboard ceilings etc.); - repairing/replacing rainwater goods; - cleaning out gutters and downpipes; - painterwork (e.g. fascias, gutters - including potential high level); - insulation boarding - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors will therefore be required to have an ECO partner, such as a utility, to maximise this funding opportunity. The contractor will be required to claim ECO funding for eligible properties under the criteria set out in the OFGEM criteria, the ECO funding subsidy should be subsequently discounted from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed to facilitate transparency of funding); The Contractor will be required to undertake associated tenant/occupant/owner engagement/liaison, eligibility confirmation checks and the required administrative function in the manner prescribed by the Council. Some of the Works will be funded via the Scottish Government's Home Energy Efficiency Programme Scotland (HEEPS: ABS). The Contractor will be required to take cognisance of ECO and PAS 2035. He will be responsible for securing the participation of private owners and subsequent agreements/contractual arrangements for any project works will be between contractor and owner. Additional requirements are included under Re-Roofing, Re-Rendering and Insulation - Additional Information document 1. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the Invitation to Participate (ITP). Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 32500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial period of the contract will be 24 months, with the option to extend for up to a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            },
            {
                "id": "2",
                "title": "Re-Roofing, Re-Rendering & Insulation Works",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate(RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender(ITT)issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - making good internal finishings (e.g. plasterboard ceilings etc.); - repairing/replacing rainwater goods; - cleaning out gutters and downpipes; - painterwork (e.g. fascias, gutters - including potential high level); - insulation boarding - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors will therefore be required to have an ECO partner, such as a utility, to maximise this funding opportunity. The contractor will be required to claim ECO funding for eligible properties under the criteria set out in the OFGEM criteria, the ECO funding subsidy should be subsequently discounted from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed to facilitate transparency of funding); The Contractor will be required to take cognisance of ECO and PAS 2035. Additional requirements are included under Re-Roofing, Re-Rendering and Insulation - Additional Information document 1. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the Invitation to Participate (ITP). Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 17500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            },
            {
                "id": "3",
                "title": "Re-Roofing, Re-Rendering and Insulation Works",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate(RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender(ITT)issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - making good internal finishings (e.g. plasterboard ceilings etc.); - repairing/replacing rainwater goods; - cleaning out gutters and downpipes; - painterwork (e.g. fascias, gutters - including potential high level); - insulation boarding - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; Works within this tender include those which may qualify for a funding subsidy via the Energy Companies Obligation (ECO). Contractors will therefore be required to have an ECO partner, such as a utility, to maximise this funding opportunity. The contractor will be required to claim ECO funding for eligible properties under the criteria set out in the OFGEM criteria, the ECO funding subsidy should be subsequently discounted from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed to facilitate transparency of funding); The Contractor will be required to take cognisance of ECO and PAS 2035. Additional requirements are included under Re-Roofing, Re-Rendering and Insulation - Additional Information document 1. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the Invitation to Participate (ITP). Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647,
            "maximumLotsAwardedPerSupplier": 1
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements. Document 1 Invitation to Participate Section 2.4 contains information relating to Key Performance Indicators (KPI's) including consistent KPI poor performance and contract implications, Community benefits obligations/contract implications and CDM / Health and Safety obligations/contract implications. Note: For any down time due to breaches relating to Health and Safety, the Council will not be liable for any time and/or financial loss."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2020-04-21T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "ESPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.1.2, 4B.3, 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2 and 4B.5.3.",
                    "minimum": "4B.1.2 - Candidates will be required to have a average yearly turnover of a minimum of the following for each lot: Lot 1 - 8,125,000 GBP Lot 2 - 4,375,000 GBP Lot 3 - 2,500,000 GBP for the last three (3) years statutory accounts that are available. Candidates who have not yet submitted three years' statutory accounts but can demonstrate three years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the three years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.4 & 4B.4.1 - Candidates will be required to state the value for the following financial ratio: Current Ratio Current Ratio minimum value required: a value of greater than or equal to 1.00 in each of the last three financial years to 2 decimal places. The Current Ratio will be calculated as follows: Current Assets divided by Current Liabilities to 2 decimal places. The Candidate will be required to provide their audited financial accounts for the previous three years at request to participate (RTP) stage in order that the Council may confirm this ratio. 4B.5.1 - Candidates must confirm they already have, or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 2) Public Liability Insurance: 5,000,000 GBP each and every claim; and 3) Product Liability Insurance: 5,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.3, 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2 and 4B.5.3. in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period."
                },
                {
                    "type": "technical",
                    "description": "Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4C.1, 4C.6 and 4C.10 are set out in full in the Selection Stage Document 1 Invitation to Participate which can be accessed through the buyer attachment area within the portal. ESPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1, 4C.6 and 4C.10. Quality Assurance Schemes and Environmental Management Standards: Candidates should be ISO 9001 and 14001 accredited (or equivalent). List and brief description of selection criteria: Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D2.2 are set out in full in the Selection Stage Document 1 - Invitation to Participate which can be accessed through the buyer attachment area within the portal. ESPD Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2",
                    "minimum": "Question 4C.1 - Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the OJEU Contract Notice. Examples provided should be relevant to the scope, scale and complexity of proposed lot all as per documents 1-3 which can be accessed through the buyer attachment area within the portal. Additional Information Document 1 also includes additional requirements in relation to funding. Question 4C.1 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Candidates must achieve an overall combined minimum score requirement of 50% per lot. Candidates unable to meet the minimum requirements for 4C.1 will be assessed as a FAIL and therefore be excluded from the competition. Question 4C.6 - Candidates will be required to confirm that they and/or the sub-contractors have all of the following relevant educational and professional qualifications: 1. Gas Safe Registered; 2. Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT); 3. PAS 2030/ PAS2035 Certified or that you will commit to obtaining this prior to commencement of the Contract; 4. Trustmark Registered; 5. DEA Accreditation; 6. National Federation of Roofing Contractors membership; Candidates may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above. Candidates who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. This section will be scored on a pass/fail basis, additional information cannot be provided after the RTP deadline has passed, all supporting documentation must be provided with your submission. 4.D.1 - The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) and satisfy items 2a-2g and 4a-4m. Question 4D.1.2 - If the information is available electronically, please indicate. Candidates unable to meet the minimum requirements for all of ESPD Section 4D will be assessed as a FAIL and will be excluded from the competition. 4D.2 The Candidate 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 satisfy items 2a-2g as listed in the ITP document. Question 4D.2.2 - If the information is available electronically, please indicate. Candidates unable to meet the minimum requirements for all of ESPD Section 4D will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "45260000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Council will decide whether to invoke the available options to extend the Contract or to procure a new Contract approximately 6-12 months before the end of the initial Contract period."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-1",
                "description": "Due to the recent outbreak of Covid-19 in the UK, the Council have extended the deadline.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-04-03T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-04-30T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-04-21T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-05-15T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            },
            {
                "id": "amd-2",
                "description": "Deadline extended due to Covid-19 restrictions.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2020-04-30T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-06-26T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2020-05-15T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2020-07-24T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 046-109625"
        }
    ],
    "description": "1. BIDDING FOR/AWARD OF LOTS It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s) and so on. 2. TRANSFER OF UNDERTAKINGS (PROTECTION OF EMPLOYMENT) REGULATIONS 2006 Bidders should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to this contract. 3. PROPOSED ARRANGEMENTS IN EVENT OF CONTRACTOR FAILURE The Council reserves the right, in the event of failure of a Contractor in an individual lot, to transfer all or part of the residual value of the lot concerned to either or both of the remaining lots. 4. ESPD The information required in Part II of the ESPD is for information only and will therefore not be assessed. The Council may however choose not to select Candidates who cannot provide basic company information. Candidates must ensure that they submit appropriate ESPDs completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the ESPD. Candidates unable to complete Part IV Concluding Statements may be excluded from the competition. The complete RTP,must be submitted in accordance with instructions, and be signed by an authorised representative (i.e. company director, secretary or other person authorised to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the RTP, written confirmation of the signatory's authority to submit the RTP. Candidates must also meet the criteria set out in Part V. Question 5.1 - The Candidate declares that: It meets the objective and non discriminatory criteria or rules to be applied in order to limit the number of Candidates by meeting the minimum criteria set out in the sections below: - 4B.1.2; - 4B.4; - 4B.5.1B; - 4B.5.2; - 4.C.6 - 4D.1 (Quality Assurance); - 4D.1 (Health and Safety); - 4D.2; - 5.1; and - 5.2 In addition also meeting the requirements of sections 4.C.1, 4.C.6, 4.C.10 and Section 4D. (SC Ref:646743)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000606506"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000606506"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000606506"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000606506"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "HO RF 19 048/ NLC-CPT-20-005-1",
            "title": "Re-Roofing, Re-Rendering & Insulation Works (including HEEPS ABS)",
            "suppliers": [
                {
                    "id": "org-317",
                    "name": "Procast Building Contractors Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "HO RF 19 048/ NLC-CPT-20-005-2",
            "title": "Re-Roofing, Re-Rendering & Insulation Works",
            "suppliers": [
                {
                    "id": "org-318",
                    "name": "Ailsa Building Contractors Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "HO RF 19 048/ NLC-CPT-20-005-3",
            "title": "Re-Roofing, Re-Rendering and Insulation Works",
            "suppliers": [
                {
                    "id": "org-319",
                    "name": "GMG Contractors Ltd"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "HO RF 19 048/ NLC-CPT-20-005-1",
            "awardID": "HO RF 19 048/ NLC-CPT-20-005-1",
            "title": "Re-Roofing, Re-Rendering & Insulation Works (including HEEPS ABS)",
            "status": "active",
            "value": {
                "amount": 32500000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-05T00:00:00Z"
        },
        {
            "id": "HO RF 19 048/ NLC-CPT-20-005-2",
            "awardID": "HO RF 19 048/ NLC-CPT-20-005-2",
            "title": "Re-Roofing, Re-Rendering & Insulation Works",
            "status": "active",
            "value": {
                "amount": 17500000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-05T00:00:00Z"
        },
        {
            "id": "HO RF 19 048/ NLC-CPT-20-005-3",
            "awardID": "HO RF 19 048/ NLC-CPT-20-005-3",
            "title": "Re-Roofing, Re-Rendering and Insulation Works",
            "status": "active",
            "value": {
                "amount": 10000000,
                "currency": "GBP"
            },
            "dateSigned": "2021-03-05T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "664",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "665",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "666",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "667",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "668",
                "measure": "electronicBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "669",
                "measure": "bids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "670",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "2"
            },
            {
                "id": "671",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "672",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "673",
                "measure": "electronicBids",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "674",
                "measure": "bids",
                "value": 4,
                "relatedLot": "3"
            },
            {
                "id": "675",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "3"
            },
            {
                "id": "676",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "677",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "3"
            },
            {
                "id": "678",
                "measure": "electronicBids",
                "value": 0,
                "relatedLot": "3"
            }
        ]
    }
}