Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
Contact
Sean Skelton
sean.skelton@eastrenfrewshire.gov.uk
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
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
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
Crookfur Primary School Extension
Reference number
ERC000053
two.1.2) Main CPV code
- 45000000 - Construction work
two.1.3) Type of contract
Works
two.1.4) Short description
East Renfrewshire Council are looking to appoint a suitably experienced provider to undertake the Design and Construction of an extension to Crookfur Primary School. Works will include but not limited to: A two storey building is to accommodate 6no. Classrooms, staff, pupil and accessible toilet facilities, cloakrooms, staff room, parent room, store rooms, additional plant, new car parking, courtyard playground and substructure works.
two.1.5) Estimated total value
Value excluding VAT: £2,700,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45210000 - Building construction work
- 45214000 - Construction work for buildings relating to education and research
- 45300000 - Building installation work
- 45400000 - Building completion work
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
East Renfrewshire Council are looking to appoint a suitably experienced provider to undertake the Design and Construction of an extension to Crookfur Primary School. Works will include but not limited to: A two storey building is to accommodate 6no. Classrooms, staff, pupil and accessible toilet facilities, cloakrooms, staff room, parent room, store rooms, additional plant, new car parking, courtyard playground and substructure works.
Access to the extension is to be via a refurbished and extended entrance/reception area with adjacent extended office. The extension is to be accessible, allowing for platform lifts and ramps throughout.
The building extension appearance is to be in keeping with the existing school, with use of metal roof, timber wall cladding and brick base course. To include floor, wall and ceiling finishes, fitted furniture, loose furniture, mechanical, electrical and plumbing services.
External works including retaining walls, paths, car park, lighting, drainage works and making good surfaces.
Route 3 Open work Procurement Route
two.2.5) Award criteria
Quality criterion - Name: Methodology / Weighting: 35
Quality criterion - Name: On site House Keeping / Weighting: 10
Quality criterion - Name: Phasing of works / Weighting: 25
Quality criterion - Name: Recycling of Waste / Recovery of Materials / Weighting: 10
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Fairwork / Weighting: 10
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
No
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
Due to the nature of the works it is mandatory that all of the successful contractor’s staff or staffs of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS) or the Scottish Construction Operative Registration Executive (SCORE).
three.1.2) Economic and financial standing
List and brief description of selection criteria
1.Insurance
2 .Credit Check
The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to determine the Applicant’s economic and financial standing.
ast Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these works
Where an economic operator wishes to be considered for selection under this contract but cannot meet the turnover or Credit Safe score that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for any contract award ( Regulation 61(8)). Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information.
Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and
Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. For example, where the bidder identifies as a consortium the Council will require that the consortium, as a group, can meet the financial selection requirements contained in the procurement documents. Where a bidder is part of a Consortium, it shall procure the execution and delivery to the Employer of a Consortium Guarantee (in the form provided by the council) executed by each member of the Consortium (acting as Consortium guarantor) in Self Proving Form.
The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.
Further detail is contained within the procurement documents.
Minimum level(s) of standards possibly required
1 . Public Liability and Employers Liability 5m GBP
Professional Indemnity/ Contractors all risk 2m GBP
2. To establish the financial standing of a potential Tenderer, the Council will firstly take into account a risk report provided independently
by Credit Safe. Tenders are asked to provide their company number so that the council can run this report. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Previous Experience
Minimum level(s) of standards possibly required
Bidders will be required to provide 2 examples of similar services carried out in the past three years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of this Contract Notice and within all tender documents. The examples provided must be of a similar value, size and scope.
three.2) Conditions related to the contract
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
Open 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.2.2) Time limit for receipt of tenders or requests to participate
Date
29 July 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
29 July 2022
Local time
12:00pm
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
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:
East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the
Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this
contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social
regeneration objectives to achieve benefits for our identified beneficiary hierarchy. .
Tier 1. Targeted recruitment and training for priority employability groups.
Tier 2. Work experience placements for the same target groups.
Tier 3. Curriculum support for schools and those on employability pathways.
Tier 4. Community Enhancement for community groups and projects.
Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.
(SC Ref:680375)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21614. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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:
See additional Information section
(SC Ref:698695)
six.4) Procedures for review
six.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
Paisley
PA3 2HW
Country
United Kingdom