{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000539322-2018-06-28T00:00:00Z",
    "date": "2018-06-28T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000539322",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-63",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Procurement, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "email": "murphyk@stirling.gov.uk",
                "telephone": "+44 1786233384",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.stirling.gov.uk/procurement"
            }
        },
        {
            "id": "org-31",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Procurement, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "email": "murphyk@stirling.gov.uk",
                "telephone": "+44 1786233384",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.stirling.gov.uk/procurement"
            }
        },
        {
            "id": "org-32",
            "name": "Morris & Spottiswood",
            "identifier": {
                "legalName": "Morris & Spottiswood"
            },
            "address": {
                "streetAddress": "54 Helen Street",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G51 3HQ"
            },
            "contactPoint": {
                "telephone": "+44 1414254954"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Stirling Council",
        "id": "org-31"
    },
    "tender": {
        "id": "SC1718-0123",
        "title": "External Fabric Repairs to Various Education Properties",
        "description": "Stirling Council is looking to award a contract to complete external repair works to 3 Stirling Council schools during school holiday periods.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-05-04T14:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-05-04T14:00:00Z"
        },
        "documents": [
            {
                "id": "APR316676",
                "documentType": "contractNotice",
                "title": "External Fabric Repairs to Various Education Properties",
                "description": "Stirling Council is looking to award a contract to complete external repair works to 3 Stirling Council schools during school holiday periods.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR316676",
                "format": "text/html"
            },
            {
                "id": "JUN323519",
                "documentType": "awardNotice",
                "title": "External Fabric Repairs to Various Education Properties",
                "description": "Stirling Council is looking to award a contract to complete external repair works to 3 Stirling Council schools during school holiday periods.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN323519",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Stirling Council is looking to award a contract to complete external repair works to 3 Stirling Council schools during school holiday periods. Potential Providers will be required to provide documentary evidence to the Council that all relevant staff will be PVG checked and PVG's will be updated throughout the contract period if required.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 60
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-05-04T14:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "A portion of this contract will be undertaken during school term time. It is a requirement of this contract that anyone who will undertake \"Regulated Work\" (unsupervised contact with children or adults) be vetted to the appropriate level. The vetting requirement includes staff from your organisation, together with sub-contractor staff and staff from consortium members. Contractors are asked to provide appropriate evidence with their tender return to demonstrate that all relevant staff will be PVG checked and PVGs will be updated throughout the contract period if required. Contractors who have personnel not PVG checked will be asked to provide appropriate evidence of PVG registration upon contract award. No work will be undertaken on site without the appropriate registration of all personnel involved. Any personnel found not to be PVG registered will be asked to leave site immediately."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1 - Tenderers are required to have a minimum \"general\" annual turnover of 400k GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement. Question 4B.2 Bidders will be required to have a minimum yearly \"specific\" turnover of 400k GBP for the last 2 years in the business area covered by the contract Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: Liquidity ratio for Current Year Liquidity ratio for Prior Year The formula for calculating a Tenderer's liquidity ratio is (current assets - stock or work in progress) divided by current liabilities. This is commonly known as the 'Acid Test Ratio'. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer's Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 10m GBP b. Public Liability Insurance - 5m GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition."
                },
                {
                    "type": "technical",
                    "description": "Part IV: Selection criteria - C: Question 4C.1 Bidders will be required to provide examples of work carried out in the past five years that demonstrate that they have the relevant experience to deliver the work. Part IV: Selection criteria - D: Question 4D.1 - Bidders must have documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 -Health and Safety Procedures - 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. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.2 - 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,",
                    "minimum": "Part V: Reduction of the number of qualified candidates - Question 4D.2 - PVG - It is a requirement of this contract that anyone who will undertake \"Regulated Work\" (unsupervised contact with children or adults) be vetted to the appropriate level. The vetting requirement includes staff from your organisation, together with sub-contractor staff and staff from consortium members. Contractors are asked to provide appropriate evidence with their tender return to demonstrate that all relevant staff will be PVG checked and PVGs will be updated throughout the contract period if required. Contractors who have personnel not PVG checked will be asked to provide appropriate evidence of PVG registration upon contract award."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "50700000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Award against framework: (SC Ref:548182)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000539322"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000539322"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "SC1718-0123",
            "suppliers": [
                {
                    "id": "org-32",
                    "name": "Morris & Spottiswood"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SC1718-0123",
            "awardID": "SC1718-0123",
            "status": "active",
            "value": {
                "amount": 74620.96,
                "currency": "GBP"
            },
            "dateSigned": "2018-06-21T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "39",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}