Notice Information
Notice Title
Crookfur Primary School 3 Classroom Extension
Notice Description
East Renfrewshire Council is inviting tenders, from suitably qualified companies to undertake the design and construction of an extension to Crookfur Primary School. The works to be carried out by the successful contractor include, but are not limited to, a single storey building of 3no. classrooms, staffroom, administration office, pupil staff and accessible toilet facilities, cloakrooms, parent room, store rooms, additional plant, new car parking and all associated site works. The design should accommodate a future upper floor which could be added a later date. The building extension appearance is to be in keeping with the existing school with use of metal roof, similar wall cladding and brick base course. It has to include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services and site works include drainage.
Lot Information
Lot 1
East Renfrewshire Council is inviting tenders, from suitably qualified companies to undertake the design and construction of an extension to Crookfur Primary School. The works to be carried out by the successful contractor include, but are not limited to, a single storey building of 3no. classrooms, staffroom, administration office, pupil staff and accessible toilet facilities, cloakrooms, parent room, store rooms, additional plant, new car parking and all associated site works. The design should accommodate a future upper floor which could be added a later date. The building extension appearance is to be in keeping with the existing school with use of metal roof, similar wall cladding and brick base course. It has to include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services and site works include drainage.. 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. The Council reserves the right to spend up to 3,010,800GBP in total.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000742914
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP487528
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45262800 - Building extension work
Notice Value(s)
- Tender Value
- £2,509,000 £1M-£10M
- Lots Value
- £2,509,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Sep 20232 years ago
- Submission Deadline
- 10 Oct 2023Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 8 Jan 2024 - 9 Aug 2024 6-12 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- EAST RENFREWSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- sandra.bisset@eastrenfrewshire.gov.uk
- Contact Phone
- +44 1415773669
Buyer Location
- Locality
- GIFFNOCK
- Postcode
- G46 6UG
- Post Town
- Glasgow
- 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
- East Renfrewshire
- Electoral Ward
- Giffnock and Thornliebank
- Westminster Constituency
- East Renfrewshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP487528
Crookfur Primary School 3 Classroom Extension - East Renfrewshire Council is inviting tenders, from suitably qualified companies to undertake the design and construction of an extension to Crookfur Primary School. The works to be carried out by the successful contractor include, but are not limited to, a single storey building of 3no. classrooms, staffroom, administration office, pupil staff and accessible toilet facilities, cloakrooms, parent room, store rooms, additional plant, new car parking and all associated site works. The design should accommodate a future upper floor which could be added a later date. The building extension appearance is to be in keeping with the existing school with use of metal roof, similar wall cladding and brick base course. It has to include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services and site works include drainage.
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000742914-2023-09-05T00:00:00Z",
"date": "2023-09-05T00:00:00Z",
"ocid": "ocds-r6ebe6-0000742914",
"initiationType": "tender",
"parties": [
{
"id": "org-124",
"name": "East Renfrewshire Council",
"identifier": {
"legalName": "East Renfrewshire Council"
},
"address": {
"streetAddress": "Eastwood HQ, Eastwood Park,",
"locality": "Giffnock",
"region": "UKM83",
"postalCode": "G46 6UG"
},
"contactPoint": {
"email": "sandra.bisset@eastrenfrewshire.gov.uk",
"telephone": "+44 1415773669",
"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.eastrenfrewshire.gov.uk"
}
},
{
"id": "org-125",
"name": "Paisley Sheriff Court and Justice of the Peace",
"identifier": {
"legalName": "Paisley Sheriff Court and Justice of the Peace"
},
"address": {
"locality": "Paisley",
"postalCode": "PA3 2HW"
},
"contactPoint": {
"email": "paisley@scotcourts.gov.uk",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "East Renfrewshire Council",
"id": "org-124"
},
"tender": {
"id": "ERC000264",
"title": "Crookfur Primary School 3 Classroom Extension",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies to undertake the design and construction of an extension to Crookfur Primary School. The works to be carried out by the successful contractor include, but are not limited to, a single storey building of 3no. classrooms, staffroom, administration office, pupil staff and accessible toilet facilities, cloakrooms, parent room, store rooms, additional plant, new car parking and all associated site works. The design should accommodate a future upper floor which could be added a later date. The building extension appearance is to be in keeping with the existing school with use of metal roof, similar wall cladding and brick base course. It has to include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services and site works include drainage.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45262800",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2509000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2023-10-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-10-10T12:00:00Z"
},
"documents": [
{
"id": "SEP487528",
"documentType": "contractNotice",
"title": "Crookfur Primary School 3 Classroom Extension",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies to undertake the design and construction of an extension to Crookfur Primary School. The works to be carried out by the successful contractor include, but are not limited to, a single storey building of 3no. classrooms, staffroom, administration office, pupil staff and accessible toilet facilities, cloakrooms, parent room, store rooms, additional plant, new car parking and all associated site works. The design should accommodate a future upper floor which could be added a later date. The building extension appearance is to be in keeping with the existing school with use of metal roof, similar wall cladding and brick base course. It has to include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services and site works include drainage.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP487528",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "East Renfrewshire Council is inviting tenders, from suitably qualified companies to undertake the design and construction of an extension to Crookfur Primary School. The works to be carried out by the successful contractor include, but are not limited to, a single storey building of 3no. classrooms, staffroom, administration office, pupil staff and accessible toilet facilities, cloakrooms, parent room, store rooms, additional plant, new car parking and all associated site works. The design should accommodate a future upper floor which could be added a later date. The building extension appearance is to be in keeping with the existing school with use of metal roof, similar wall cladding and brick base course. It has to include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services and site works include drainage.. 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. The Council reserves the right to spend up to 3,010,800GBP in total.",
"status": "active",
"value": {
"amount": 2509000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2024-01-08T00:00:00Z",
"endDate": "2024-08-09T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2023-10-10T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "SBCC Design and Build Contract for use in Scotland 2016 edition"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Due to the nature of the works it is mandatory that all of the successful contractor's staff or staffs of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS) or the Scottish Construction Operative Registration Executive (SCORE). Bidders must confirm if they hold the particular authorisation or memberships. Bidders will be required to evidence their current membership / accreditation or the membership / accreditation of their sub-contractor(s) with the following trade associations in order to be considered for this contract. SELECT / NICEIC SNIPEF A request for documentation will be issued to all contractors who submit a bid upon receipt of their tender response. Failure to be able to evidence accreditation with these institutes will result in the bidder being automatically disqualified from the evaluation process. The Council's decision on this is final."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum yearly \"specific\" turnover of 2,500,000 GBP for the last 12 months in the business area covered by the contract. The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant's economic and financial standing. East Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these goods, works or services. Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover and/or Credit Safe score of 30 that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award (Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents. Further detail is contained within the procurement documents. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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: Employers Liability Insurance - 5 million GBP Public Liability Insurance - 5 million GBP Professional Indemnity Insurance - 2 million GBP Third Party Motor Vehicle Insurance"
},
{
"type": "technical",
"description": "Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms. b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process. Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.",
"minimum": "Bidders are required to use the attachment at 1.71.3 of the SPD to provide three examples of similar projects / works. Examples provided MUST have been undertaken within a LIVE education school setting in the past five years. Colleges, universities, hospitals, office buildings etc will not be considered. Your response must demonstrate that you have the relevant experience to deliver the work as per the scope of works described within the tender documentation including the Tender Information Pack (page 16), Contract Notice (sections II.1.4 and II.2.4), Prelims and BOQ. The examples provided must be of a similar value (between 2,00,000-3,000,000), and a similar size and scope which includes reference to the works undertaken in relation to a single story extension to a school building (traditional build) and all associated internal and external works as per the scope of work provided for this project. Examples of projects using modular buildings will not be considered. Bidders must also provide the dates these projects were undertaken including start and end dates in the format MM/YY i.e. 06/19 to 03/20 and the name of the customer / client. Responses must be returned in the attachment provided at 1.71.3 of the SPD, no other format will be accepted. Coloured brochures are not acceptable and zip files with additional information should not be submitted as they wont be considered. Failure to provide responses relevant to this project or to not provide a response at all will result in your bid being removed without further consultation. The Council's decision on this is final."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-04-10T00:00:00Z"
}
},
"classification": {
"id": "45262800",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any. The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24982. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council's economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy. Tier 1. Targeted recruitment and training for priority employability groups. Tier 2. Work experience placements for the same target groups. Tier 3. Curriculum support for schools and those on employability pathways. Tier 4. Community Enhancement for community groups and projects. Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support. Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 60. (SC Ref:742914)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000742914"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}