{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000545150-2018-08-09T00:00:00Z",
    "date": "2018-08-09T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000545150",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-38",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "name": "Lauren Dow",
                "email": "LDow@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "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.pkc.gov.uk"
            }
        },
        {
            "id": "org-88",
            "name": "Perth & Kinross Council",
            "identifier": {
                "legalName": "Perth & Kinross Council"
            },
            "address": {
                "streetAddress": "2 High Street",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 5PH"
            },
            "contactPoint": {
                "email": "RLValentine@pkc.gov.uk",
                "telephone": "+44 1738475000",
                "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.pkc.gov.uk"
            }
        },
        {
            "id": "org-340",
            "name": "R J McLeod",
            "identifier": {
                "legalName": "R J McLeod"
            },
            "address": {
                "streetAddress": "2411 London Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G328XT"
            },
            "contactPoint": {
                "telephone": "+44 1417642411"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Perth & Kinross Council",
        "id": "org-88"
    },
    "tender": {
        "id": "PKC10511",
        "title": "Alyth Town Centre Improvements",
        "description": "The aim of is to: Create a square that is pedestrian friendly, with improved access for all pedestrians, wider pavements, reduced street clutter and dropped kerbs at key locations. Improve bus access, pedestrian safety and passenger boarding facilities Use the available space within the Square more efficiently and retain existing car parking numbers where possible.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233262",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Alyth Town Centre"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2018-07-02T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-07-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN320936",
                "documentType": "contractNotice",
                "title": "Alyth Town Centre Improvements",
                "description": "The aim of is to: Create a square that is pedestrian friendly, with improved access for all pedestrians, wider pavements, reduced street clutter and dropped kerbs at key locations. Improve bus access, pedestrian safety and passenger boarding facilities Use the available space within the Square more efficiently and retain existing car parking numbers where possible.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN320936",
                "format": "text/html"
            },
            {
                "id": "AUG327555",
                "documentType": "awardNotice",
                "title": "Alyth Town Centre Improvements",
                "description": "The aim of is to: Create a square that is pedestrian friendly, with improved access for all pedestrians, wider pavements, reduced street clutter and dropped kerbs at key locations. Improve bus access, pedestrian safety and passenger boarding facilities Use the available space within the Square more efficiently and retain existing car parking numbers where possible.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG327555",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The aim of the proposals are to: Create a square that is pedestrian friendly, with improved access for all pedestrians, wider pavements, reduced street clutter and dropped kerbs at key locations. Improve bus access, pedestrian safety and passenger boarding facilities Use the available space within the Square more efficiently and retain existing car parking numbers where possible.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 90
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-07-02T12:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Bidders will be required to state the values for the following financial ratios for each of the last 1 years: Current Ratio (Current Assets divided by Current Liabilities) Net Assets (Net Worth) (value per the Balance Sheet, no calculations required)",
                    "minimum": "The acceptable range for each financial ratio is: Current Ratio It is expected that the ratio is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities in each of the past 2 years. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. Net Assets (Net Worth) It is expected that the Net Worth will be positive i.e. a Net Assets position in each of the past 2 years. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract."
                },
                {
                    "type": "technical",
                    "description": "1 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. 4D.1 Quality Management Procedures 4D.1 Health & Safety Procedures 4D.2 Environmental Management Procedures",
                    "minimum": "The examples (minimum of 3, maximum of 5) should demonstrate that the tenderer has experience of carrying out public realm works similar to those required for this project including pavement and carriageway re/construction including block/sett and asphaltic materials, drainage, street lighting work, installation of street furniture, signing and lining, soft landscaping and tree planting. You may include photographs and location details of the finished projects. 4D.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. b. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. 4D.1 Health & 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, OR, 2. The bidder must have the following: a. 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. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. c. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. This must provide evidence that the bidder has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge the various duties. This will provide details of staff health and safety training arrangements and how relevant information is communicated to staff. This must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organisation. d. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. e. 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. 4D.2 Environmental Management Procedures 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. The bidder must have the following: A regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45233262",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Award against framework: (SC Ref:553188)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000545150"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000545150"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "PKC10511",
            "suppliers": [
                {
                    "id": "org-340",
                    "name": "R J McLeod"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PKC10511",
            "awardID": "PKC10511",
            "status": "active",
            "value": {
                "amount": 395768.78,
                "currency": "GBP"
            },
            "dateSigned": "2018-08-03T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "501",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}