{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000538062-2018-05-09T00:00:00Z",
    "date": "2018-05-09T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000538062",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-44",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "name": "Corporate Procurement Team",
                "email": "procurement@north-ayrshire.gov.uk",
                "telephone": "+44 1294324730",
                "faxNumber": "+44 1294324054",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html"
            },
            "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.north-ayrshire.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-44"
    },
    "tender": {
        "id": "NAC/2138",
        "title": "Mechanical Works at Warrix Avenue, Irvine",
        "description": "The works comprise the refurbishment of the existing assisted living accommodation at Red Cross House to form new Mental Health Accommodation.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45350000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Warrix Avenue, Irvine, KA12 0DW"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 145000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-05-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-05-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY318670",
                "documentType": "contractNotice",
                "title": "Mechanical Works at Warrix Avenue, Irvine",
                "description": "The works comprise the refurbishment of the existing assisted living accommodation at Red Cross House to form new Mental Health Accommodation.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY318670",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The works comprise the refurbishment of the existing assisted living accommodation at Red Cross House to form new Mental Health Accommodation. Works include, but are not limited to, the following: Thoroughly test & commission existing gas fired boilers and associated pumps, valves, pipework, central control/building management, low water temperature heating both within and outwith the boiler house, natural gas installation works, cold water mains distribution, cold & hot water apartment works, above slab drainage installation works, general ventilation and testing of all existing fire protection systems.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 168
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-05-30T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "For Completion by Non-UK Businesses Only: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum \"general\" yearly turnover of 290,000 GBP for the last 3 years. Bidders will be required to have a minimum yearly turnover of 290,000 GBP for the last 3 years in the business area covered by the contract. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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/started trading. 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 = 10,000,000 GBP Public Liability Insurance = 10,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide a minimum of 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 this Contract Notice. The works must be of a similar value, size and scope. Bidders must provide 2 satisfactory references for a 2 different works contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. Completed reference templates must be uploaded into the general attachments area of the qualification envelope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: SELECT certificate or equivalent Gas Safe certificate or equivalent CSCS Card registered or equivalent Managerial staff required to have min. HND or equivalent in Construction Management and CSCS Card or equivalent Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "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. A quality management policy authorised by their Chief Executive or equivalent. Please see the ESPD Guidance documents in the Instruction to Tenderers document for full details. Environmental Management Standards 1. The Bidder must 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 2. An Environmental management policy authorised by their Chief Executive or equivalent Please see the ESPD Guidance within the Instruction to Tenderers document for full details, Health & Safety Procedures 1. 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 2. A Health & Safety policy authorised by their Chief Executive or equivalent, Full details are contained within the ESPD guidance form within the Instructions to tenderers document"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-08-28T00:00:00Z"
            }
        },
        "classification": {
            "id": "71333000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_10595, itt_23278. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community benefits will be requested on a non-core basis For: Supply Chain Engagement Community and Education Engagement (SC Ref:538062)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000538062"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}