Notice Information
Notice Title
Environmental Improvements Contract Phase 2 #2
Notice Description
Perth and Kinross Council were seeking to appoint a suitably qualified and experienced Contractor to carry out Environment Improvements Contract Phase 2 in our existing housing stock.
Lot Information
Lot 1
The contract will ensure that houses with external elements of retaining walls, stairs, paths/slabs and fencing are either refurbished to extend their life, or renewed. This will enable tenants to live safely and comfortably in their homes and ensure compliance with SHQS. The works can also help to improve the visual appearance of properties, making them more attractive to let. The aim of this programme will be to ensure that external elements are replaced before they reach the end of their life expectancy.
Renewal: Option to extend for up to a further year.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000679591
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY448638
- 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
45210000 - Building construction work
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,039,432 £1M-£10M
Notice Dates
- Publication Date
- 17 May 20223 years ago
- Submission Deadline
- 15 Feb 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 13 May 20223 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
- PERTH & KINROSS COUNCIL
- Contact Name
- Louise Robinson, Sarah Lang
- Contact Email
- larobinson@pkc.gov.uk, sarahlang@pkc.gov.uk
- Contact Phone
- +44 1738475000
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5PH
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437700
Environmental Improvements Contract Phase 2 #2 - 1.1 Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out Environment Improvements Contract Phase 2 in our existing housing stock. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY448638
Environmental Improvements Contract Phase 2 #2 - Perth and Kinross Council were seeking to appoint a suitably qualified and experienced Contractor to carry out Environment Improvements Contract Phase 2 in our existing housing stock.
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-r6ebe6-0000679591-2022-05-17T00:00:00Z",
"date": "2022-05-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000679591",
"initiationType": "tender",
"parties": [
{
"id": "org-138",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Sarah Lang",
"email": "Sarahlang@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "https://www.publictendersscotland.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.pkc.gov.uk"
}
},
{
"id": "org-133",
"name": "perth sheriff court",
"identifier": {
"legalName": "perth sheriff court"
},
"address": {
"streetAddress": "Tay Street",
"locality": "perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody",
"reviewContactPoint"
]
},
{
"id": "org-111",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH"
},
"contactPoint": {
"name": "Louise Robinson",
"email": "LARobinson@pkc.gov.uk",
"telephone": "+44 1738475000",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.pkc.gov.uk"
}
},
{
"id": "org-195",
"name": "Hugh LS McConnell Ltd",
"identifier": {
"legalName": "Hugh LS McConnell Ltd"
},
"address": {
"streetAddress": "6, inkerman place",
"locality": "kilmarnock",
"region": "UKM",
"postalCode": "KA12RL"
},
"contactPoint": {
"telephone": "+44 7387090029"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-113",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-111"
},
"tender": {
"id": "PKC11709",
"title": "Environmental Improvements Contract Phase 2 #2",
"description": "Perth and Kinross Council were seeking to appoint a suitably qualified and experienced Contractor to carry out Environment Improvements Contract Phase 2 in our existing housing stock.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Perth and Kinross Council area"
},
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2022-02-15T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-02-15T12:00:00Z"
},
"documents": [
{
"id": "JAN437700",
"documentType": "contractNotice",
"title": "Environmental Improvements Contract Phase 2 #2",
"description": "1.1 Perth and Kinross Council are seeking to appoint a suitably qualified and experienced Contractor to carry out Environment Improvements Contract Phase 2 in our existing housing stock.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437700",
"format": "text/html"
},
{
"id": "MAY448638",
"documentType": "awardNotice",
"title": "Environmental Improvements Contract Phase 2 #2",
"description": "Perth and Kinross Council were seeking to appoint a suitably qualified and experienced Contractor to carry out Environment Improvements Contract Phase 2 in our existing housing stock.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY448638",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The contract will ensure that houses with external elements of retaining walls, stairs, paths/slabs and fencing are either refurbished to extend their life, or renewed. This will enable tenants to live safely and comfortably in their homes and ensure compliance with SHQS. The works can also help to improve the visual appearance of properties, making them more attractive to let. The aim of this programme will be to ensure that external elements are replaced before they reach the end of their life expectancy.",
"status": "complete",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 90
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to a further year."
}
}
],
"bidOpening": {
"date": "2022-02-15T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"type": "economic",
"description": "4B.4 Bidders will be required to provide confirmation within the tender submission that the stated financial ratio tests for the last two financial years are met: Current Ratio it is expected that the ratio is equal to or greater than 1 for both financial years, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. Net Assets (Net Worth) it is expected that the Net Worth for both financial years will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. The submitted data will be cross referenced by Council officers to publicly available documents filed with Companies House and/or the relevant regulatory body. 4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:",
"minimum": "4B.5 Employer's (Compulsory) Liability Insurance = [10,000,000]GBP Public Liability Insurance = [5,000,000]GBP http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "4C.1 Bidders will be required to provide 2 examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
"minimum": "4C.1 Please provide examples of projects that you have delivered in the last 3 years that include a combination of a minimum of two elements from the following list of elements: Replacement retaining walls Footpaths Exterior stairwells Land drainage Boundary fencing 4D.1 Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. A documented policy regarding quality management. b. Documented procedures for periodically reviewing, correcting and improving quality performance c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. e. Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis. f. Documented arrangements for ensuring that the bidders apply quality management measures g. A documented process demonstrating how the bidder deals with complaints. Health and Safety Procedures 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. 4b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. 4c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. 4d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. 4e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. 4f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. 4g. Documented arrangements for involving the bidder's workforce in the planning and implementation of H&S measures. 4h. Documented procedures for recording accidents/incidents and undertaking follow-up action. 4i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. 4j. Documented arrangements for carrying out risk assessments Note - Organisations with fewer than five employees are not required by law to record risk assessments. 4k. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers. 4l. FOR CONSTRUCTION/WORKS CONTRACTS ONLY Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. 4m. You must meet any health and safety requirements placed upon you by law."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:693613)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000679591"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000679591"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "PKC11709",
"suppliers": [
{
"id": "org-195",
"name": "Hugh LS McConnell Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PKC11709",
"awardID": "PKC11709",
"status": "active",
"value": {
"amount": 1039432.91,
"currency": "GBP"
},
"dateSigned": "2022-05-13T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "566",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "567",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "568",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "569",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "570",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}