{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000722025-2023-09-01T00:00:00Z",
    "date": "2023-09-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000722025",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "CorporateProcurementUnit@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.west-dunbarton.gov.uk/business/suppliers/procurement/"
            }
        },
        {
            "id": "org-2",
            "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": "Dunbarton",
                "postalCode": "G82 1QR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-442",
            "name": "West Dunbartonshire Council",
            "identifier": {
                "legalName": "West Dunbartonshire Council"
            },
            "address": {
                "streetAddress": "16 Church Street",
                "locality": "Dumbarton",
                "region": "UKM81",
                "postalCode": "G82 1QL"
            },
            "contactPoint": {
                "email": "CorporateProcurementUnit@west-dunbarton.gov.uk",
                "telephone": "+44 1389737000",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.west-dunbarton.gov.uk/business/suppliers/procurement/"
            }
        },
        {
            "id": "org-443",
            "name": "Hydrock",
            "identifier": {
                "legalName": "Hydrock"
            },
            "address": {
                "streetAddress": "1 west Regent Street",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G2 1RW"
            },
            "contactPoint": {
                "telephone": "+44 7527325926"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-444",
            "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": "Dunbarton",
                "postalCode": "G82 1QR"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "West Dunbartonshire Council",
        "id": "org-442"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000722025",
        "title": "Fire Risk Assessments for West Dunbartonshire Council's Multi Storey High Rise Housing",
        "description": "Fire Risk Assessments for West Dunbartonshire Council's Multi Storey High Rise Housing",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71317100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "75251110",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "West Dunbartonshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM8"
                    },
                    {
                        "region": "UKM8"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 75000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-05-02T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-05-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR475175",
                "documentType": "contractNotice",
                "title": "Fire Risk Assessments for West Dunbartonshire Council's Multi Storey High Rise Housing",
                "description": "Fire Risk Assessments for West Dunbartonshire Council's Multi Storey High Rise Housing",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR475175",
                "format": "text/html"
            },
            {
                "id": "SEP487325",
                "documentType": "awardNotice",
                "title": "Fire Risk Assessments for West Dunbartonshire Council's Multi Storey High Rise Housing",
                "description": "Fire Risk Assessments for West Dunbartonshire Council's Multi Storey High Rise Housing",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP487325",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "In accordance with The Fire Safety (Scotland) Regulations 2006, the Chief Officer, Housing and Employability, on behalf of West Dunbartonshire Council, seeks fire risk assessments for nineteen blocks of multi-storey housing at six localities in West Dunbartonshire, following methodologies set out on PAS 79-2:2020 Fire risk assessment -Part 2: Housing - Code of practice and PAS 9980:2022 Fire risk appraisal of external wall construction and cladding of existing blocks of flats - Code of practice, with respect to extents outlined paragraph 51 of the Scottish Government's February 2022 edition of Fire safety - existing high rise domestic buildings: practical guidance, namely: 1. The common escape routes and other fire safety measures. 2. An examination of a sample of flat entrance doors. 3. The separating construction between the flats and the common area, so far as reasonably practicable. 4. The potential for spread of fire on the external envelope of the building. Additionally, full height balcony replacement screens located at Dalmuir, Kilbowie and North Drumry are required to be assessed in further technical detail, given recent changes in legislation, namely 2.7.1 External wall cladding systems of Building standards technical handbook 2022: domestic, which brings spandrel panels into pertinent consideration. Given their installation pre-dates fire testing and certification requirements, consideration under clause 14 of PAS 9980:2022 will be required.",
                "status": "complete",
                "value": {
                    "amount": 75000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 180
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2023-05-02T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Consultant shall be required to demonstrate skills and experience as listed to the level of 'complex premises' on current Competency Criteria for Fire Risk Assessors as published by the Fire Risk Assessment Competency Council and as certified by: - British Approvals for Fire Excellence (BAFE) Fire Safety Register competency scheme no. SP205 Life Safety Fire Risk Assessment In order to advise on Fire Risk Assessment External Wall as per PAS 9980: 2022, the Consultant shall also be required to either hold or to obtain reliance on third party expertise to Chartered Engineer (CEng) status registered in the field of fire engineering by: - The Institution of Fire Engineers. The Consultant shall be required to hold and evidence appropriate Professional Indemnity Insurance so as to cover both PAS 79-2:2020 and PAS 9980:2022 methodological remits. There shall be a requirement for each Fire Risk Assessment Report to be accompanied by a corresponding Certificate of Conformity which states the standards of BAFE SP205 have been followed and applied."
                },
                {
                    "type": "economic",
                    "minimum": "4B.1,& 4B.2 Turnover - Bidders must demonstrate and annual turnover for each of the two previous years of greater than two times the value of contract on offer est. 75,000.00 ,therefore a turnover of 140,000.00 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. 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.5.1a Professional Risk Indemnity Insurance - 5 million GBP Q4B5.1b Employers (Compulsory) Liability Insurance - 10 million GBP Q4B.5.2 Public Liability Insurance - 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",
                    "description": "The Consultant shall be required to demonstrate skills and experience as listed to the level of 'complex premises' on current Competency Criteria for Fire Risk Assessors as published by the Fire Risk Assessment Competency Council and as certified by: -British Approvals for Fire Excellence (BAFE) Fire Safety Register competency scheme no. SP205 Life Safety Fire Risk Assessment In order to advise on Fire Risk Assessment External Wall as per PAS 9980: 2022, the Consultant shall also be required to either hold or to obtain reliance on third party expertise to Chartered Engineer (CEng) status registered in the field of fire engineering by: -The Institution of Fire Engineers. The Consultant shall be required to hold and evidence appropriate Professional Indemnity Insurance so as to cover both PAS 79-2:2020 and PAS 9980:2022 methodological remits. There shall be a requirement for each Fire Risk Assessment Report to be accompanied by a corresponding Certificate of Conformity which states the standards of BAFE SP205 have been followed and applied."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "71317100",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The bidder must complete and submit, with their tender response the following additional documents: WD09 Financial Vetting WD16 Police Scotland Check WD18 Declaration Page Social benefits are included in this requirement. A summary of the expected social benefits has been provided. The above mentioned documents are provided with the tender documents and can be located within a folder entitled \"WD Documents\" uploaded into the Attachment Area of the Master ITT. (SC Ref:742547)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000722025"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000722025"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000722025-1",
            "suppliers": [
                {
                    "id": "org-443",
                    "name": "Hydrock"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000722025-1",
            "awardID": "ocds-r6ebe6-0000722025-1",
            "status": "active",
            "value": {
                "amount": 64500,
                "currency": "GBP"
            },
            "dateSigned": "2023-07-28T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-009454"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1367",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "1368",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1369",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1370",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1371",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}