{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000518117-2017-11-10T00:00:00Z",
    "date": "2017-11-10T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000518117",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-48",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "email": "procurement@moray.gov.uk",
                "telephone": "+44 1343563137",
                "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.moray.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Moray Council",
        "id": "org-48"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000518117",
        "title": "16/0096 Rainwater Goods & Roof Cleaning Framework",
        "description": "The works will consist of power washing/dry washing the roofs prior to the application of anticide and roof sealer paint as per the manufacturer instructions. Should any part of the roof require repair (roof tile, ridge tile, lead flashing, gutter, downpipe) the contractor is to notify the Contract Administrator and Clerk of Works prior to rectifying repair in question.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45261920",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Moray"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2017-12-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-12-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV300810",
                "documentType": "contractNotice",
                "title": "16/0096 Rainwater Goods & Roof Cleaning Framework",
                "description": "The works will consist of power washing/dry washing the roofs prior to the application of anticide and roof sealer paint as per the manufacturer instructions. Should any part of the roof require repair (roof tile, ridge tile, lead flashing, gutter, downpipe) the contractor is to notify the Contract Administrator and Clerk of Works prior to rectifying repair in question.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300810",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The works will consist of power washing/dry washing the roofs prior to the application of anticide and roof sealer paint as per the manufacturer instructions. Should any part of the roof require repair (roof tile, ridge tile, lead flashing, gutter, downpipe) the contractor is to notify the Contract Administrator and Clerk of Works prior to rectifying repair in question.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "It is anticipated that this framework will be advertised for renewal during 2021."
                }
            }
        ],
        "bidOpening": {
            "date": "2017-12-08T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "4B.2.2 - Please provide your average yearly turnover in the area and for the number of years specified in the relevant Contract Notice: The bidder confirms they are already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant contract notice.",
                    "minimum": "\" Bidders will be required to have an average yearly turnover of a minimum of GBP200,000 in the business area covered by the contract for the last 2 years. \" \"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 = GPB5,000,000 Public Liability Insurance =GPB5,000,000 http://www.hse.gov.uk/pubns/hse40.pdf \""
                },
                {
                    "type": "technical",
                    "description": "\"4C.1 - Please provide relevant examples of works carried out in the past five years as specified in the Contract Notice. Please download and complete the attachment.\" 4C.10 - Please provide details of the proportion (i.e percentage) of the contract that you intend to subcontract: 4D.1 - Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards, including accessibility for disabled persons?",
                    "minimum": "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. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. \"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. The policy 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 be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. \" \"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. 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. 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. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder's own organisational measures. 4m. You must meet any health and safety requirements placed upon you by law. \""
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "classification": {
            "id": "45261920",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2021"
        }
    },
    "language": "EN",
    "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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 7840. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:518117)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000518117"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}