Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
louise.bishop@renfrewshire.gov.uk
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
St James' Playing Field Modular Pavilion
Reference number
RC-CPU-22-237
two.1.2) Main CPV code
- 44211100 - Modular and portable buildings
two.1.3) Type of contract
Supplies
two.1.4) Short description
The purpose of this project is to seek a suitably qualified and experienced contractor to supply and erect 2 separate prefabricated modular buildings for use as changing pavilions on the existing St. James' site. The contractor will also be responsible for full Building Warrant submission including structural design of the entire Modular Building superstructure and substructure, inclusive of foundation slabs and any piling alongside all other necessary design information to obtain a Building Warrant for the entire project.
two.1.5) Estimated total value
Value excluding VAT: £2,200,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 44211100 - Modular and portable buildings
- 44100000 - Construction materials and associated items
- 45000000 - Construction work
- 45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
- 45223300 - Parking lot construction work
- 45223810 - Prefabricated constructions
- 45233161 - Footpath construction work
- 45223800 - Assembly and erection of prefabricated structures
- 44211000 - Prefabricated buildings
- 45223820 - Prefabricated units and components
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Renfrewshire Local Authority Area
two.2.4) Description of the procurement
The contract is to supply and erect 2 separate prefabricated modular buildings. The estimated value of the contract is 2m GBP and this procurement is being conducted in accordance with a Regulated Supply Contract above Government Procurement Agreement (GPA) Threshold.
The Council is utilising a restricted procedure which is being conducted in two stages. Stage 1 - Request to Participate and Stage 2 - Invitation to Tender.
The Council is seeking a suitably qualified and experienced contractor to supply and erect 2 separate prefabricated modular buildings for use as changing pavilions on the existing St. James' site. The contractor will also be responsible for full Building Warrant submission including structural design of the entire Modular Building superstructure and substructure, inclusive of foundation slabs and any piling alongside all other necessary design information to obtain a Building Warrant for the entire project.
Full details on the Council's requirements and supporting documentation can be found in the ITP & ITT documents contained in the general attachments area on PCS-t.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,200,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
16 December 2023
End date
11 September 2024
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
The works to the St James’ Playing Field
Modular Buildings RTP Technical Questionnaire contains questions which will form the weighted criteria to be used
to reduce the number of Candidates to be selected to tender.
The questions and weightings are noted below.
TQ1. Technical and Professional Ability - 20%
TQ2. Design and Build Contracting - 20%
TQ3. Sub-Structure Design - 15%
TQ4. Bespoke Façade Treatment - 15%
TQ5. Obtaining Statutory Consents - 10%
TQ6. Low Carbon Design - 10%
TQ7. Local Landscaping Design - 10%
Candidates must fully complete and return all elements of the Qualification Envelope as required and be ranked in
the top five Candidates after evaluation of the Technical Envelope.
The Council intends to limit the number of otherwise qualified Candidates invited to tender to a minimum of five (5) and a maximum of five (5) i.e. a total of five (5) Candidates.
The Council however reserves the right to invite more than 5 Candidates to tender where the Council considers this is necessary to ensure sufficient competition and equal treatment of Candidates, or in the event that any Candidate progresses from the Qualification Envelope with a final Technical Envelope score within 1% of the fifth ranked score.
The council reserves the right to invite less than 5 Candidates to tender where it does not receive 5 RTPs which meet the minimum requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
The Candidate must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Procurement (Scotland) Regulations 2015.) Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Failure to do so may result in the Candidate being disqualified from the process
three.1.2) Economic and financial standing
List and brief description of selection criteria
Candidates are required to have a minimum yearly “general” turnover of at least 3,000,000 GBP for the past two years.
Candidates must confirm if they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:
It is a requirement of this contract that Candidates hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Minimum Standards:
Employers liability- statutory minimum 5m GBP each and every claim
Public liability 10m GBP, each and every claim
Contractors all risk - value of the contract +15%
Professional indemnity - 1m GBP in the aggregate
Statutory third party motor vehicle cover with a valid MV certificate in the company name.
The Council will use a Dun & Bradstreet (D&B) Failure Score of 30 or above in order to assist the assessment of the financial stability of the Candidate.
It is recommended that Candidates review their own D&B Failure Score in advance of submitting their RTP Submission. If, following this review, Candidates consider that the D&B Failure Score does not reflect their current financial status; the Candidate should give an explanation within the RTP Submission, together with any relevant supporting independent evidence.
Where the Candidate is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their RTP Submission in order that the Council may assess these to determine the suitability of the Candidate to undertake a contract of this size.
Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed.
Where the Candidate intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Candidate must provide a D&B comprehensive report on the sub-contractor. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end
Minimum level(s) of standards possibly required
Where required, the Council may request evidence from Candidates that details their annual turnover for the period stated.
Candidates who commenced trading within the last four years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission.
Any Candidate unable to demonstrate the required general annual turnover stated to the Councils satisfaction of the Council may be assessed as a FAIL and may be excluded from the competition.
Where a Candidate fails to meet the Economic and Financial Standing Criteria stated above, they may still proceed to the evaluation stage if:
1. The company accounts are provided for assessment and are deemed satisfactory in relation to his project by Renfrewshire Council.
OR
2. Where they have a Parent Company that meets the Financial Criteria and that Parent Company is prepared to provide a Parent Company Guarantee (PCG) in the form contained within the Standard Documentation.
Please note, it will be at the sole discretion of Renfrewshire Council to conclude which of the above is appropriate to satisfy this condition.
No amendments to the terms and conditions of this form of Parent Company Guarantee will be accepted after award of the Contract.
Where the Candidate has no parent company and does not operate as part of a group, the Candidate must make this clear within the RTP Submission.
Where the Candidate has a parent company the Candidate must provide within their RTP Submission, full details of the parent company. The Council reserves the right to request the audited accounts of the parent company.
Candidates must self-declare as part of the SPD (Scotland) as contained in the Qualification Envelope that they will have the requested insurance cover as detailed in this document, the SPD and Contract Notice, and are required to provide evidence of this cover in the form of the following:
A letter from their company’s insurance broker confirming the insurances the insurance broker has arranged on behalf of their company. This is normally referred to as a “to whom it may concern “ letter and includes summary details of the insurance cover held including the name of the insurer or underwriter, the policy number, the date cover begins and ends, the extent of the cover, including indemnity limits, excess levels and any special conditions or warranties applicable. The letter must be provided in electronic format.
If Candidates do not currently hold this level of cover they may in the SPD (Scotland) state that in the event of being successful in the procurement process for a Contract, the required insurance cover will be put in place. Evidence of the required insurance cover will be a condition of entering into a Contract. It is condition of the Contract that these minimum indemnity levels be held for the duration of the Contract and updated evidence will be required on the insurance renewal date.
Candidates unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the competition.
Candidates who do not achieve a minimum D&B failure score of 30 and above and fail to provide any additional explanation or supporting information may be assessed as a FAIL and may be excluded from the competition.
Candidates who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the RTP Submission deadline may be assessed as a FAIL and may be excluded from the competition.
Candidates that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the RTP Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise may be assessed as a FAIL and may be excluded from the competition.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 Previous Experience
Candidates are required to provide a minimum of two examples of Similar Projects as stated in the Statement of Requirements completed within the last five years.
Examples should be similar in scope, scale and duration.
Examples should include:
-Name of project with brief description and duration, including start and end dates (month/ year) it was carried out,
-Name of client,
-Name of contact within the client’s organisation and their contact details, who may be contacted for further information, and
-Brief description of whether, or not, the project was completed on time and within budget
Minimum level(s) of standards possibly required
Candidates unable to submit at least two projects similar in scope and scale to the Statement of Requirement may not be considered.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Community Benefits will be part of the award criteria. Details will be confirmed in the ITT.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-007202
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
9 June 2023
Local time
12:00pm
Changed to:
Date
16 June 2023
Local time
12:00pm
See the change notice.
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 July 2023
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The buyer is using PCS-Tender to conduct this ITP exercise. The Project code is 24101. For more information see: http://www.publiccontractsscotland.gov.uk
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24101. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
(SC Ref:731384)
six.4) Procedures for review
six.4.1) Review body
Please refer to VI.4.3 below
UK
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Precise information on deadline(s) for review procedures:
An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
six.4.4) Service from which information about the review procedure may be obtained
Court of Session
Parliament Square
Edinburgh
EH11RQ
Country
United Kingdom