{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000677323-2022-03-18T00:00:00Z",
    "date": "2022-03-18T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000677323",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-28",
            "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": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "08",
                        "description": "Recreation, culture and religion",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.west-dunbarton.gov.uk/business/suppliers/procurement/"
            }
        },
        {
            "id": "org-29",
            "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-281",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "Victoria.Wilson@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "https://www.west-dunbarton.gov.uk/business/suppliers/procurement/"
            }
        },
        {
            "id": "org-282",
            "name": "W H Kirkwood Ltd",
            "identifier": {
                "legalName": "W H Kirkwood Ltd"
            },
            "address": {
                "streetAddress": "26 Lyle Street",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 4QF"
            },
            "contactPoint": {
                "telephone": "+44 1475721248",
                "faxNumber": "+44 1475888465"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-283",
            "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"
            ]
        }
    ],
    "buyer": {
        "name": "West Dunbartonshire Council",
        "id": "org-281"
    },
    "tender": {
        "id": "2122-21",
        "title": "Office & Storage Fit Out - 11 Levenside Business Court, Alexandria",
        "description": "Works involve the erection of a new timber-framed office and mezzanine storage area within the existing workshop unit at 11 Levenside Business Court, Vale of Leven Industrial Estate, Dumbarton. New office is to comprise 2no. work stations, and shelved storage cupboard, with all power, data, lighting, emergency lighting, heating, ventilation, and smoke detection as required. Internal door and window are to be provided, between new office and main workshop space. New continuous mezzanine storage area is to be erected above new office and existing w.c, extending across entire width of unit. Mezzanine to be accessed via new timber stair, and half-height partitions to be erected to form protective barrier around perimeter of mezzanine. Mezzanine to be provided with power and data sockets. Lighting, power, heating, and ventilation to be provided to new 'drying area' off main workshop area beneath new mezzanine. Power and data sockets to be provided outside new office, for charging of equipment within main workshop. New 3-phase electrical heater, and ceiling fan for re-circulation of air are to be provided within main workshop space. All works are to be carried out with minimal alteration, disruption and damage to existing building.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45262690",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45453100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44111000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44115800",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44115000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44112000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44112200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45211350",
                        "scheme": "CPV"
                    },
                    {
                        "id": "30214000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45213252",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Unit 11 Levenside Business Court, Vale of Leven Industrial Estate, Dumbarton G82 3PD"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-01-18T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-01-18T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC435912",
                "documentType": "contractNotice",
                "title": "Office & Storage Fit Out - 11 Levenside Business Court, Alexandria",
                "description": "Works involve the erection of a new timber-framed office and mezzanine storage area within the existing workshop unit at 11 Levenside Business Court, Vale of Leven Industrial Estate, Dumbarton. New office is to comprise 2no. work stations, and shelved storage cupboard, with all power, data, lighting, emergency lighting, heating, ventilation, and smoke detection as required. Internal door and window are to be provided, between new office and main workshop space. New continuous mezzanine storage area is to be erected above new office and existing w.c, extending across entire width of unit. Mezzanine to be accessed via new timber stair, and half-height partitions to be erected to form protective barrier around perimeter of mezzanine. Mezzanine to be provided with power and data sockets. Lighting, power, heating, and ventilation to be provided to new 'drying area' off main workshop area beneath new mezzanine. Power and data sockets to be provided outside new office, for charging of equipment within main workshop. New 3-phase electrical heater, and ceiling fan for re-circulation of air are to be provided within main workshop space. All works are to be carried out with minimal alteration, disruption and damage to existing building.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC435912",
                "format": "text/html"
            },
            {
                "id": "MAR443829",
                "documentType": "awardNotice",
                "title": "Office & Storage Fit Out - 11 Levenside Business Court, Alexandria",
                "description": "Works involve the erection of a new timber-framed office and mezzanine storage area within the existing workshop unit at 11 Levenside Business Court, Vale of Leven Industrial Estate, Dumbarton. New office is to comprise 2no. work stations, and shelved storage cupboard, with all power, data, lighting, emergency lighting, heating, ventilation, and smoke detection as required. Internal door and window are to be provided, between new office and main workshop space. New continuous mezzanine storage area is to be erected above new office and existing w.c, extending across entire width of unit. Mezzanine to be accessed via new timber stair, and half-height partitions to be erected to form protective barrier around perimeter of mezzanine. Mezzanine to be provided with power and data sockets. Lighting, power, heating, and ventilation to be provided to new 'drying area' off main workshop area beneath new mezzanine. Power and data sockets to be provided outside new office, for charging of equipment within main workshop. New 3-phase electrical heater, and ceiling fan for re-circulation of air are to be provided within main workshop space. All works are to be carried out with minimal alteration, disruption and damage to existing building.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR443829",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Works involve the erection of a new timber-framed office and mezzanine storage area within the existing workshop unit at 11 Levenside Business Court, Vale of Leven Industrial Estate, Dumbarton. New office is to comprise 2no. work stations, and shelved storage cupboard, with all power, data, lighting, emergency lighting, heating, ventilation, and smoke detection as required. Internal door and window are to be provided, between new office and main workshop space. New continuous mezzanine storage area is to be erected above new office and existing w.c, extending across entire width of unit. Mezzanine to be accessed via new timber stair, and half-height partitions to be erected to form protective barrier around perimeter of mezzanine. Mezzanine to be provided with power and data sockets. Lighting, power, heating, and ventilation to be provided to new 'drying area' off main workshop area beneath new mezzanine. Power and data sockets to be provided outside new office, for charging of equipment within main workshop. New 3-phase electrical heater, and ceiling fan for re-circulation of air are to be provided within main workshop space. All works are to be carried out with minimal alteration, disruption and damage to existing building.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 21
                },
                "hasRenewal": false
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "bidOpening": {
            "date": "2022-01-18T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "minimum": "SPD questions 4C.1.2, 4C.7, 4C.8.1, 4C.8.2, 4C.9, 4C.10, 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) With reference to ESPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience and capacity to deliver the services as described in part II.2.4 of this Contract Notice and as detailed in the Specification. SPD 4D.1 contractors need to demonstrate satisfactory H&S accreditation or standards Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract. Quality Assurance Schemes and Environmental Management Standards: 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 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. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
                },
                {
                    "type": "technical",
                    "minimum": "SPD questions 4C.1.2, 4C.7, 4C.8.1, 4C.8.2, 4C.9, 4C.10, 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) With reference to ESPD question 4C.1.2, bidders will be required to provide 2 examples that demonstrate that they have the relevant experience and capacity to deliver the services as described in part II.2.4 of this Contract Notice and as detailed in the Specification. SPD 4D.1 contractors need to demonstrate satisfactory H&S accreditation or standards Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract. Quality Assurance Schemes and Environmental Management Standards: 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 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. b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery, this must include the quality of output and general performance. The bidder must be able to provide copies of their organisation's documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder's organisation. They must set out how the bidder's organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce. d. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place and implements training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. e. Documented arrangements that your organisation has a system for monitoring quality management procedures on an on-going basis. The bidder's organisation must be able to provide evidence of systematic, periodic review and improvement of quality in respect of output and general performance f. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "45453100",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Supporting documents listed below are all found in the general attachments area of PCS-T and should be completed and presented at the \"Request for Documentation\" stage on PCS-T. Please note that all of these documents must be signed by an authorised signatory. - WD04 Parent Company Guarantee (Only if Required) - WD05 Non Collusion Certificate - WD06 Health & Safety Questionnaire Reform (Only if Required) - WD07 Certificate of Non-Canvassing - WD08 FOI Declaration - WD09 WDC Financial Vetting Questionnaire - WD15 Police Scotland Checks - Declaration Page - Health & Safety documents - Insurance documents - Evidence of your company's insurance certificates detailing the required level of insurances as per the levels stated within this Site Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. The above constitutes tender selection criteria. Failure to respond will result in exclusion from the tender. With reference to information sharing with Police Scotland, bidders will be required to confirm acceptance to sharing the company director's details at preferred bidder status. Minimum requirements to pass the qualification envelope, exclusion & selection criteria Discretionary Scored Questions - Shortlisting Qualification Envelope Questions These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. Tenderers 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 70% These questions will be scored in line with the \"Evaluation Methodology\" detailed in WD01. 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 require to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Q4D.1 Mandatory Pass/Fail Question - 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? OR The bidder can demonstrate an equivalent (Please see WDC's Health & Safety questionnaire and upload document(s) requested within) The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20174. (SC Ref:687437)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000677323"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000677323"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "2122-21-1",
            "suppliers": [
                {
                    "id": "org-282",
                    "name": "W H Kirkwood Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "2122-21-1",
            "awardID": "2122-21-1",
            "status": "active",
            "value": {
                "amount": 67983.79,
                "currency": "GBP"
            },
            "dateSigned": "2022-03-09T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "862",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "863",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "864",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "865",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "866",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}