이 누리집은 대한민국 공식 전자정부 누리집입니다.

한상넷 로고한상넷

전체검색영역
[영국] External Works at West Primary School, Paisley
구분
지원사업/입찰
출처
중소기업수출지원센터
작성자
관리자
작성일
2018.01.09
원본


공고명: External Works at West Primary School, Paisley

게시일: 2017/12/19

마감일: 2018/01/26

수행지역: 영국

카테고리: 31 - 제조부품


공고내용


Contract Notice (below OJEU threshold) Section I: Contracting authority I.1) Name and addresses
Renfrewshire Council Renfrewshire House, Cotton Street Paisley PA1 1JB UK Contact person: Euan Walker Telephone: +44 1416187791 E-mail: euan.walker@renfrewshire.gov.uk Fax: +44 1416187050 NUTS: UKM83 Internet address(es) Main address: http://www.renfrewshire.gov.uk Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.3) Communication Access to the procurement documents is restricted. Further information can be obtained at: www.publictendersscotland.publiccontractsscotland.gov.uk Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: www.publictendersscotland.publiccontractsscotland.gov.uk I.4) Type of the contracting authority Regional or local authority I.5) Main activity General public services Section II: Object II.1) Scope of the procurement
II.1.1) Title External Works at West Primary School, Paisley Reference number: RC-CPU-17-003 II.1.2) Main CPV code 45214200  II.1.3) Type of contract Works II.1.4) Short description Works required within this project is to undertake external related works at West Primary School, Newton St, Paisley, PA1 2RL which has approximately 400 pupils enrolled II.1.6) Information about lots This contract is divided into lots: No
II.2) Description

II.2.2) Additional CPV code(s) 45214200 II.2.3) Place of performance NUTS code: UKM83 Main site or place of performance: Paisley II.2.4) Description of the procurement Works that are required to be undertaken within the project include but are not limited to: -Upgrade of the existing roof coverings, -Installation of new windows, -Stonework repair, and. -Replacement of render Works at the school are scheduled for commencement in June 2018 with project completion by March 2019 II.2.5) Award criteria Criteria below: Quality criterion: Methodology and Approach / Weighting: 16 Quality criterion: Programme of Works and Key Milestones / Weighting: 7 Quality criterion: Project Team Structure / Weighting: 7 Quality criterion: Reducing Impact / Disruption / Weighting: 7 Quality criterion: Defects Management / Weighting: 3 Quality criterion: Production, Retention and Updating of Information / Weighting: 1 Quality criterion: Provision of As-Built Drawings / Weighting: 1 Quality criterion: On-Site Accessibility of Design Information / Weighting: 1 Quality criterion: Quality Assurance Processes / Weighting: 1 Quality criterion: Provision of Training and Recruitment / Weighting: 1 Quality criterion: Fair Working Practices / Weighting: 5 Quality criterion: Community Benefits / Weighting: 10 Price / Weighting:  40 II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 10 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: Yes II.2.11) Information about options Options: No II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: No II.2.14) Additional information Variants will only be accepted in accordance with condition A30/530 located within the document entitled "32228A - BILL 1 - PRELIMINARIES" located within the Supplier Attachment Area of the E-Tender System. No other variant proposals will be accepted.
Section III: Legal, economic, financial and technical information III.1) Conditions for participation
III.1.2) Economic and financial standing List and brief description of selection criteria: Tenderers will be required to have a minimum ???general??? yearly turnover of 6,000,000 GBP for the last two (2) years. ----- It is a requirement of this contract that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer???s (Compulsory) Liability Insurance - 5,000,000 GBP Public Liability Insurance - 5,000,000 GBP Professional Indemnity Insurance - 5,000,000 GBP Contractors All Risk Insurance - 3,500,000 GBP Statutory Third Party Motor Vehicle Insurance - 5,000,000 GBP ----- The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status; the Tenderer should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence. Where the Tenderer 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 ESPD Submission in order that the Council may assess these to determine the suitability of the Tenderer 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 Tenderer intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Tenderer may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. 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 required: Tenderers must evidence a good credit rating and a general annual turnover of at least 6,000,000 GBP for their last two financial years. Tenderers are therefore required to detail their (???general???) yearly turnover for each of their previous two financial years. Tenderers who commenced trading within the last for years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Tenderer unable to demonstrate the required general annual turnover stated to the Councils satisfaction of the Council will be assessed as a FAIL and will be excluded from the Procurement Process. ----- Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract the stated level of insurance provision. Tenderers unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the Procurement Process. ----- Tenderers who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information will be assessed as a FAIL and will be excluded from the Procurement Process. Tenderers 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 ESPD Submission deadline will be assessed as a FAIL and will be excluded from the Procurement Process. Tenderers that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the ESPD Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a FAIL and will be excluded from the Procurement Process. ----- Full details of minimum requirements and assessment criteria in regards to Economic and Financial Standing is located within condition 3.2 of the document entitled ITT - West PS External Works located within the Public Contracts Scotland - Tender platform. III.1.3) Technical and professional ability List and brief description of selection criteria: Tenderers will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. ----- Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ----- Tenderers will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. ----- Tenderers will be required to confirm their average annual manpower for the last three years. ----- Tenderers will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice ----- Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within condition 3.2 of the document ITT - West PS External Works located within the Public Contracts Scotland - Tender platform. Minimum level(s) of standards required: Tenderers 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. ----- Tenderers should provide details of the key persons employed within their organisation who could be responsible for the delivery of this project. ----- Tenderers are required to provide a statement detailing their supply chain and contract management procedures that they currently have in place and detail how these procedures would be utilised to deliver the requirements of this project. ----- Tenderers are required to confirm their average annual manpower for the last three years. ----- Tenderers are required to confirm that they have (or have access to) the relevant tools, plant or technical equipment to fully deliver the statement of requirements and provide detail of the tools, plant or technical equipment available. ----- Tenderers are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within condition 3.2 of the document entitled ITT - West PS External Works located within the Public Contracts Scotland - Tender platform. ----- Full details of minimum requirements and assessment criteria in regards to Technical and professional ability is located within condition 3.2 of the document entitled ITT - West PS External Works located within the Public Contracts Scotland - Tender platform.
III.2) Conditions related to the contract
III.2.1) Information about a particular profession III.2.2) Contract performance conditions Contract Performance Conditions are as stated within the Preliminaries document located within the Public Contracts Scotland - Tender platform.
Section IV: Procedure IV.1) Description
IV.1.1) Type of procedure Open procedure IV.1.8) Information about Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate Date: 26/01/2018 Local time: 12:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN IV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 25/07/2018 IV.2.7) Conditions for opening of tenders Date: 26/01/2018 Local time: 12:00 Place: Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley, PA1 1JB
Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflows Electronic payment will be used VI.3) Additional information Late Tender Submissions will not be considered under any circumstances. The Council will not provide additional notification to any Tenderer of the rejection of a late Tender Submission. If the Council receives any hard copy documents which are not connected to the receipt of a valid, on time, Tender Submission then the hard copy documents will be returned. For the avoidance of any doubt, automated messages confirming receipt of a Tender Submission should not be taken to imply acceptance of it by the Council. ----- Tenderers must complete the ESPD within the Qualification and Envelope as part of their Tender Submission. ----- Tenderers may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. This will be addressed within Part 3 of the ESPD contained within the Qualification Envelope. ----- Tenderers are encouraged to familiarise themselves with the guidance and evaluation methodology found within condition 3.3 of this document prior to providing responses to each area. Tenderers should also note that the 40% Price weighting will be scored by the assessment of Pricing Document responses from those Tenderer???s that obtain a total Quality score of 40.00% and above (out of the 60.00% Quality weighting available) Tenderers who obtain a score of 39.99% and below (out of the 60.00% available) will be excluded from the procurement process with the Pricing Documents contained within their Tender Submission not being considered. In the event that no Tenderers achieve the minimum Quality score of 40.00% and above, the Council will assess the Pricing Documents of the top three Quality scoring Tenderers (including any ties to two decimal places). The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9873. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Information in regards to the particular Community Benefits sought is contained within the document entitled ITT - West PS External Works located within the Public Contracts Scotland - Tender platform. (SC Ref:522973) VI.4) Procedures for review
VI.4.1) Review body
Please see Section VI.4.3 Please see Section VI.4.3 UK Internet address(es) URL: http://www.renfrewshire.gov.uk
VI.4.3) Review procedure Precise information on deadline(s)


원본 URL: https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC304363