{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000654337-2021-07-30T00:00:00Z",
    "date": "2021-07-30T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000654337",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-52",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Daniel.Cullen@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.west-dunbarton.gov.uk"
            }
        },
        {
            "id": "org-53",
            "name": "Dumbarton Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House Church Street",
                "locality": "Dumbarton",
                "postalCode": "G82 1QR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-20",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Daniel.Cullen@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.west-dunbarton.gov.uk"
            }
        },
        {
            "id": "org-21",
            "name": "James Ramsay (Glasgow) Ltd",
            "identifier": {
                "legalName": "James Ramsay (Glasgow) Ltd"
            },
            "address": {
                "streetAddress": "35 Weardale Lane, Queenslie Industrial Estate",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G33 4JJ"
            },
            "contactPoint": {
                "telephone": "+44 1417742602",
                "faxNumber": "+44 1417744321"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-22",
            "name": "Dumbarton Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House Church Street",
                "locality": "Dumbarton",
                "postalCode": "G82 1QR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "West Dunbartonshire Council",
        "id": "org-20"
    },
    "tender": {
        "id": "Project_18613",
        "title": "St Mary's Primary School Boiler Replacement",
        "description": "West Dunbartonshire Council (the Council) requires to appoint a qualified and experienced contractor to replace the existing boiler plant at St Mary's Primary School, Alexandria, converting from Oil to Gas Boiler. Works are to take place during the school holidays between end of June to mid August 2021.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42160000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM81"
                    },
                    {
                        "region": "UKM81"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 235000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-06-09T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-06-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAY416277",
                "documentType": "contractNotice",
                "title": "St Mary's Primary School Boiler Replacement",
                "description": "West Dunbartonshire Council (the Council) requires to appoint a qualified and experienced contractor to replace the existing boiler plant at St Mary's Primary School, Alexandria, converting from Oil to Gas Boiler. Works are to take place during the school holidays between end of June to mid August 2021.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY416277",
                "format": "text/html"
            },
            {
                "id": "JUL422671",
                "documentType": "awardNotice",
                "title": "St Mary's Primary School Boiler Replacement",
                "description": "West Dunbartonshire Council (the Council) requires to appoint a qualified and experienced contractor to replace the existing boiler plant at St Mary's Primary School, Alexandria, converting from Oil to Gas Boiler. Works are to take place during the school holidays between end of June to mid August 2021.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL422671",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "West Dunbartonshire Council (the Council) requires to appoint a qualified and experienced contractor to replace the existing boiler plant at St Mary's Primary School, Alexandria, converting from Oil to Gas Boiler. Works are to take place during the school holidays between end of June to mid August 2021.",
                "status": "complete",
                "value": {
                    "amount": 235000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2021-06-30T00:00:00Z",
                    "endDate": "2021-08-13T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2021-06-09T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "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. 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."
                },
                {
                    "type": "economic",
                    "description": "SPD Question 4B.1.1 and 2.1 - The bidder should provide its yearly annual turnover for the number of financial years specified in this contract notice. SPD Question 4B.3 - In case the information concerning turnover is not available for the entire period required, please state the date on which the bidder was set up or started trading. SPD Question 4B.4 - the bidder confirms the name, value and/or range of the financial ratios specified in the relevant contract notice. SPD Questions 4B.5.1 and 4B.5.2 - The bidder confirms they already have or can obtain, prior to the commencement of the contract, the levels of insurance cover indicated in this contract notice.",
                    "minimum": "With reference to SPD questions: 4B.1,& 4B.2 Turnover - Bidders must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.235,000 GBP, therefore a turnover of minimum 470,000 GBP is required 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of bidder fail, then the tender submission may be rejected. Insurance 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: Q4B.5.1-Employers Liability Insurance - minimum 10 million GBP Q4B.5.2-Public Liability Insurance - minimum 10 million GBP Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies."
                },
                {
                    "type": "technical",
                    "minimum": "Discretionary Scored Questions - Shortlisting Qualification Envelope Questions These question will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Councils requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes) Tenders received will be subject to assessment, clarification and ranking by means of a structured process in accordance with this Council's Standing Orders Relating to Contracts, in order to determine the Tender that is the Most Economically Advantageous to the Council Technical Envelope: Within this section Tenderers are required to confirm compliance with the Terms and Conditions of Contract, failure to comply with these may result in the Tender Submission not being considered further. Within this section Tenderers are required to confirm compliance with the Specification/ Scope, failure to comply with these may result in the Tender Submission not being considered further. The Technical Envelope contains several elements that will be required to be completed by Tenderers in order to be scored. The associated weighting for this overall section is 50% With reference to SPD question 4C.1, bidders will be required to provide a minimum of 3 examples that demonstrate that they have experience in carrying out the works as set out in the tender, or work of a very similar nature. This should be recorded on the instructional attachment within the question and re-uploaded to the question. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, candidates should ensure that companies listed would be willing to discuss the candidates performance with the Council. Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45331110",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Q4D.1 Mandatory Pass/Fail Question -Health & Safety 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-relatedscheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. The bidder can demonstrate an equivalent (Passing WDC's Health & Safety assessment questionnaire (WD06) would demonstrate an equivalent. 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. You must meet any health and safety requirements placed upon you by law. (SC Ref:662345)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000654337"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000654337"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "Project_18613",
            "suppliers": [
                {
                    "id": "org-21",
                    "name": "James Ramsay (Glasgow) Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ],
            "hasSubcontracting": true,
            "subcontracting": {
                "maximumPercentage": 0.1,
                "minimumPercentage": 0.1
            }
        }
    ],
    "contracts": [
        {
            "id": "Project_18613",
            "awardID": "Project_18613",
            "status": "active",
            "value": {
                "amount": 148868,
                "currency": "GBP"
            },
            "dateSigned": "2021-07-20T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "36",
                "measure": "bids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "37",
                "measure": "smeBids",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "38",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "39",
                "measure": "foreignBidsFromNonEU",
                "value": 6,
                "relatedLot": "1"
            },
            {
                "id": "40",
                "measure": "electronicBids",
                "value": 6,
                "relatedLot": "1"
            }
        ]
    }
}