Notice Information
Notice Title
Contract No. 1 - Surface Treatment 2020/2021
Notice Description
Renfrewshire Council has appointed a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations.
Lot Information
Lot 1
Renfrewshire Council has appointed a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000618846
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391309
- 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
45000000 - Construction work
45233141 - Road-maintenance works
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £443,994 £100K-£500K
Notice Dates
- Publication Date
- 28 Jul 20205 years ago
- Submission Deadline
- 9 Apr 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 24 Jul 20205 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
- Brian Bradley
- Contact Email
- brian.bradley@renfrewshire.gov.uk, suzanne.gibb@renfrewshire.gov.uk
- Contact Phone
- +44 3003000300
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=MAR384302
Contract No. 1 - Surface Treatment 2020/2021 - Renfrewshire Council requires a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391309
Contract No. 1 - Surface Treatment 2020/2021 - Renfrewshire Council has appointed a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations.
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-r6ebe6-0000618846-2020-07-28T00:00:00Z",
"date": "2020-07-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000618846",
"initiationType": "tender",
"parties": [
{
"id": "org-14",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"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-15",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-1",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "suzanne.gibb@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-54",
"name": "kiely bros ltd",
"identifier": {
"legalName": "kiely bros ltd"
},
"address": {
"streetAddress": "135 Cherrywwod Road, Bordesley Green",
"locality": "Birmingham",
"region": "UKM83",
"postalCode": "B94XE"
},
"contactPoint": {
"telephone": "+44 1217723800",
"faxNumber": "+44 1217723826"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-55",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-1"
},
"tender": {
"id": "RC-CPU-19-426",
"title": "Contract No. 1 - Surface Treatment 2020/2021",
"description": "Renfrewshire Council has appointed a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233141",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"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": "2020-04-09T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-04-09T12:00:00Z"
},
"documents": [
{
"id": "MAR384302",
"documentType": "contractNotice",
"title": "Contract No. 1 - Surface Treatment 2020/2021",
"description": "Renfrewshire Council requires a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR384302",
"format": "text/html"
},
{
"id": "JUL391309",
"documentType": "awardNotice",
"title": "Contract No. 1 - Surface Treatment 2020/2021",
"description": "Renfrewshire Council has appointed a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391309",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council has appointed a contractor to carry out surface treatment using the following system: (i) Surface dressing; (ii) Micro Asphalt; (iii) Slurry Sealing In addition; minor drainage, carriageway patching and kerbing works shall be instructed as per the Contract requirements of the individual locations.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 60
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2020-04-09T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley."
},
"description": "Tenders will be opened in accordance with the Councils Standing Orders"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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."
},
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.1.1: Bidders will be required to have a minimum \"general\" yearly turnover of 800,000 GBP for the last 2 years. Statement for 4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Statement for 4B.5.1 and 4B.5.2: 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: http://www.hse.gov.uk/pubns/hse40.pdf Statement for 4B.6: The Council will use Dun and Bradstreet (D&B) to assist in its determination of the organisations financial status and risk. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their Tender Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status, the Tenderer should attach a document to this section giving a detailed explanation, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Tenderer's financial status. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score or equivalent rating, they must provide their audited financial accounts for the previous 2 years as part of their Tender Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract or contracts of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum financial turnover requirements or minimum D&B Failure Score (or equivalent) as a company, in order to progress to stage two of the evaluation they must provide as part of their tender submission, written confirmation from an authorised signatory of the parent company, that either a parent company guarantee will be provided within two weeks of request. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation.",
"minimum": "For 4B.5.1 and 4B.5.2: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP each and every claim Public and Products Liability Insurance = 5,000,000 GBP each and every claim but in the aggregate for products Statutory third party motor vehicle insurance - please provide a valid MV certificate in the company name. http://www.hse.gov.uk/pubns/hse40.pdf For 4B.6: Tenderers must achieve a D&B failure score of 20 or above to pass this section. The Council may undertake supplementary investigations to establish if the D&B failure score is a reflection of the current financial stability of the Tenderer; the outcome of such investigations will influence if a Tenderer is deemed to meet the minimum requirements to pass this bid selection stage in terms of their financial stability for the purposes of this contract. The Tenderer will be notified if supplementary investigations into the financial stability are being undertaken. Where the Tenderer intends to sub-contract more than 25% of any Contract value to a single sub-contractor, the Tenderer must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractors last 2 financial years' audited accounts and details of significant changes since the last financial year end. The Council also reserves the right to reject the use of sub-contractors in relation to the Contract where they fail to meet the Council's minimum financial criteria"
},
{
"type": "technical",
"description": "Please refer to these statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1: Bidders will be required to provide 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. Statement for 4C.6: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Statement for 4C.6.1: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Statement for 4C.8.1: Bidders will be required to confirm their average annual manpower for the last three years. Statement for 4C.8.2: Bidders will be required to confirm their and the number of managerial staff for the last three years. Statement for 4C.9: Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Statement for 4C.12: Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which 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, and is periodically reviewed at a senior management level. The policy must show the appropriate scope (Slurry Surfacing and Sector Scheme) as well as the limitations of the certification. Bidders will be required to confirm that they 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 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). Bidders will be required to confirm that they 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 have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's 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": "For 4C.6: All staff deployed in the delivery of the contract will hold Construction Skills Certification Scheme cards or equivalent. For 4C.6.1: All staff deployed in the delivery of the contract will hold Construction Skills Certification Scheme cards or equivalent. For 4C.12: Bidders will be required to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products meet the following technical specifications or standards: A copy of their TAIT certificate within the Sector Scheme for Slurry Surfacing for the proposed system together with its supporting data Where a TAIT certificate is available, Tenderers shall provide the following information with the Tender Submission: 1. Company Name and Address. 2. QA reference number and certifying body. 3. TAIT reference number. 4. Date of TAIT. 5. Self-certified within the Sector Scheme for Slurry Surfacing or certified by BBA. 6. Proprietary Name. 7. Description of material. 8. Design procedure or method. 9. Material thickness (if applicable). 10. Macrotexture depth at 1 year (as measured and as a percentage of the initial value). 11. Colour retention (if applicable). 12. Other optional claims as declared by the installer (eg Profile improvement, reduced tyre-road noise emission or RSI, ability to accommodate a variable substrate, skid resistance if greater than PSV and macrotexture would indicate, etc.). 13. Expected life (Estimated Design Life). 14. Field of application for the particular material. 15. Traffic - maximum commercial vehicles per lane per day. 16. Traffic - total traffic per lane per day. 17. Traffic - Speed limit. 18. Degree of Site difficulty, see HD 36 (DMRB 7.5.1) for categories. 19. Constraints on application for the particular material. 20. Time of year. 21. Temperature. 22. Variability of existing surface hardness or type. 23. Other as declared by the installer. 24. Name and signature of company representative responsible for the TAIT. If this cannot be provided, bidders will be required to explain why and to confirm details of other means of proof that can be provided (issuing authority, reference of documentation)."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-09-04T00:00:00Z"
}
},
"classification": {
"id": "45000000",
"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 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session",
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:626699)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618846"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000618846"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-19-426",
"suppliers": [
{
"id": "org-54",
"name": "kiely bros ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-19-426",
"awardID": "RC-CPU-19-426",
"status": "active",
"value": {
"amount": 443994.65,
"currency": "GBP"
},
"dateSigned": "2020-07-24T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "143",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "144",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "145",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "146",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "147",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}