{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000490446-2017-08-25T00:00:00Z",
    "date": "2017-08-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000490446",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-17",
            "name": "Argyll and Bute Council",
            "identifier": {
                "legalName": "Argyll and Bute Council"
            },
            "address": {
                "streetAddress": "Kilmory",
                "locality": "Lochgilphead",
                "region": "UKM",
                "postalCode": "PA31 8RT"
            },
            "contactPoint": {
                "name": "Christine Todd",
                "email": "christine.todd@argyll-bute.gov.uk",
                "telephone": "+44 1546604239",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.argyll-bute.gov.uk"
            }
        },
        {
            "id": "org-16",
            "name": "Argyll and Bute Council",
            "identifier": {
                "legalName": "Argyll and Bute Council"
            },
            "address": {
                "streetAddress": "Kilmory",
                "locality": "Lochgilphead",
                "region": "UKM63",
                "postalCode": "PA31 8RT"
            },
            "contactPoint": {
                "name": "Elaine Appleby",
                "email": "elaine.appleby@argyll-bute.gov.uk",
                "telephone": "+44 1546604187",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.argyll-bute.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Argyll and Bute Council",
        "id": "org-16"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000490446",
        "title": "Helensburgh Waterfront Development Cost Consultant",
        "description": "Argyll and Bute Council is seeking to progress with a procurement exercise to engage professional services in relation to the Helensburgh Waterfront Development Project. The aim of this procurement exercise is to award a Contract in Spring/Summer 2017 for the engagement of a cost consultant in compliance with relevant legislation, standards and other requirements (including technical and environmental) of Argyll and Bute Council and the key stakeholders",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71244000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Helensburgh"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM63"
                    },
                    {
                        "region": "UKM63"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-05-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR279123",
                "documentType": "contractNotice",
                "title": "Helensburgh Waterfront Development Cost Consultant",
                "description": "Argyll and Bute Council is seeking to progress with a procurement exercise to engage professional services in relation to the Helensburgh Waterfront Development Project. The aim of this procurement exercise is to award a Contract in Spring/Summer 2017 for the engagement of a cost consultant in compliance with relevant legislation, standards and other requirements (including technical and environmental) of Argyll and Bute Council and the key stakeholders",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR279123",
                "format": "text/html"
            },
            {
                "id": "AUG293558",
                "documentType": "awardNotice",
                "title": "Helensburgh Waterfront Development Cost Consultant",
                "description": "Argyll and Bute Council is seeking to progress with a procurement exercise to engage professional services in relation to the Helensburgh Waterfront Development Project. The aim of this procurement exercise is to award a Contract in Spring/Summer 2017 for the engagement of a cost consultant in compliance with relevant legislation, standards and other requirements (including technical and environmental) of Argyll and Bute Council and the key stakeholders",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG293558",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Helensburgh Waterfront Development Project will deliver a new-build 25m, 6 lane swimming pool and leisure facility; Flood protection works to the site perimeter; 250 space car park; Public realm comprising perimeter walkway and flexible open space; development of 28,000ft retail opportunity; skate and cycle facilities; consideration of location of existing fairground business; demolition of existing swimming pool on completion of new build. The awarded Consultant will support completion of RIBA stages 3 to 7 with appropriate contract breaks for design services related to the Helensburgh Waterfront Development Project. The scope of the Contract may include the following (the final scope of the Contract will be identified in the ITT documents): Cost Consultant to support completion of RIBA stages 3 to 7 with appropriate contract breaks for services related to the Helensburgh Waterfront Development Project The Client's Requirements for the Contract shall be included in the ITT documents.. 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",
                "options": {
                    "description": "Additional professional services related to the subject matter of the contract may be required and a fee structure for additional services will be included within the contract"
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 8
                },
                "selectionCriteria": {
                    "description": "This Procurement will be conducted through the use of the Restricted Procedure. All queries about this procurement must be made via the PCS- Tender messaging system. Bidders will be assessed against their responses to Part III (Exclusion Grounds) and Part IV (Selection Criteria) of the ESPD (Scotland) . For Part IV (Selection Criteria) the following questions will be used to limit candidates not otherwise excluded by the Exclusion Criteria. 4A.1,4B.1,4B.3, 4B5.1, 4B5.2, 4B5.3, 4B.6 all pass/fail. 4C.1.2 Scored and weighted. Weighting 100%. Section C of Part IV of the ESPD (Scotland) will be scored in the following way: 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 - Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 - Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Extensions of contract may be necessary to delivery the services"
                }
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "performanceTerms": "Contract shall be formed on NEC 3 terms. All contract information including but not limited to contract option, contract data, contract z clauses and associated contract documents shall be provided with the tender documents"
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-05-30T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships these being membership of RICS or equivalent."
                },
                {
                    "type": "economic",
                    "description": "This section refers to Section B of Part IV of the ESPD (Scotland) and covers questions 4B.1-6 of the ESPD (Scotland): 4B.1: Bidders will be required to have an average \"general\" yearly turnover of GBP1,000,000 for the last 2 years. As evidence for the ESPD (Scotland) question 4B.1, the Procurement Officer may ask for annual accounts from the bidder. 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. 4B.5: 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: Employer's (Compulsory) Liability Insurance = 5 million GBP Public Liability Insurance = 5 million GBP Professional Indemnity Insurance = 2 million GBP http://www.hse.gov.uk/pubns/hse40.pdf 4B.6 Concerning any other economic or financial requirements, that may have been specified in the relevant Contract Notice, the bidder declares that: Bidders must acknowledge and accept that to establish the financial standing of a potential Tenderer, the Council will also take into account an independently provided credit risk report. In the event that a company is determined to have a risk failure rating such that the company is considered to have a high risk of business failure, the Council reserves the right to either seek further information on financial standing or to eliminate the Bidder from further consideration or participation in the tender process."
                },
                {
                    "type": "technical",
                    "description": "4C1.2 For public supply and public service contracts only, please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided): Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice",
                    "minimum": "Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice. Specifically,the Bidder should as a minimum be able to demonstrate experience of cost consultancy in support of delivery of complex multi-disciplinary multi-use buildings of similar scale, in particular leisure facilities including swimming pools of not less than 25m and 6 lanes, landscaping/public realm and contract procurement experience that includes traditional contract procurement approaches."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "71242000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(SC Ref:509364)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000490446"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000490446"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000490446-1",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000490446-1",
            "awardID": "ocds-r6ebe6-0000490446-1",
            "status": "active",
            "dateSigned": "2017-08-22T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 067-126508"
        }
    ]
}