Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Contact person: Karen Grady
Telephone: +44 1416184338
E-mail: karen.grady@renfrewshire.gov.uk
Fax: +44 1416187050
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 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
Paisley Town Centre Public Realm Design Works — Multi Disciplinary Design Team
Reference number: RC-CPU-19-059
II.1.2) Main CPV code
71220000
II.1.3) Type of contract
Services
II.1.4) Short description
The procurement is for a multi disciplinary design team for the development of a suitable public realm improvement design scheme for 2 key areas in Paisley Town Centre (namely Abbey Quarter and County Square) and their surrounding areas.
II.1.5) Estimated total value
Value excluding VAT:
420 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM83
II.2.4) Description of the procurement
The (architect-led) Multi Disciplinary Design Team (MDDT) will deliver the following services from:
— public realm architect (lead designer),
— civil engineering,
— principal designer,
— conservation specialist,
— BIM manager,
— external lighting engineer,
— contract administrator.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
420 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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:
No
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
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:
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:
— employers liability: statutory minimum 5 000 000 GBP each and every claim,
— public liability: minimum 1 000 000 GBP each and every claim,
— professional indemnity: minimum 2 000 000 GBP each and every claim, however will accept cover in aggregate so long as at least one automatic annual reinstatement of this sum is permitted within the policy terms.
The Council will utilise Dun and Bradstreet (D&B) to calculate a failure score. Bidders (including all participants in a group) are required to have a Failure Score of 30 or above to demonstrate its financial strength and stability.
It is recommended that bidders review their own D&B Failure Score in advance of submitting a bid. Where the bidder does not have a D&B Failure Score, or where the bidder does not consider that the D&B Failure Score reflects their current financial status; the bidder may give an explanation within their bid, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability.
Bidders are required to provide a statement that they commit to procuring a collateral warranty in favour of the Council with respect to any subcontractors with design responsibility which requires that such subcontractors provide professional indemnity insurance for a minimum amount of 2 000 000 GBP.
Where a bidder does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, bidders are required to provide a statement that they commit to obtaining a Parent Company Guarantee (in the form attached in the Standard Documents S10 Parent Company Guarantee).
Minimum level(s) of standards required:
Bidders must self-declare as part of the ESPD (Scotland) as contained in the qualification envelope that they will have the requested insurance cover as detailed in the ITT, ESPD and Contract Notice, as part of the Request for Documentation (RfD) bidders will be 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 bidders do not currently hold this level of cover they may in the ESPD (Scotland), declare that in the event of being successful in the tender 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 in respect of professional indemnity insurance for 12 years after completion of the contract, and updated evidence will be required on the insurance renewal date.
Bidders unable to commit to obtain the levels of insurance detailed above will be assessed as a FAIL and be excluded from the procurement process.
Bidders 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 procurement process.
Bidders who do not provide enough financial information as they consider that their D&B Failure Score does not reflect their current financial status by the tender submission deadline may be assessed as a fail and may be excluded from the procurement process.
Bidders that do provide enough financial information as they consider that their D&B Failure Score does not reflect their current financial status by the tender submission deadline however fail to satisfy the Council that they have enough financial standing to undertake requirements within this procurement exercise will be assessed as a fail and will be excluded from the procurement process.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.1) Information about a particular profession
Participation is reserved to a particular profession: Yes
Reference to the relevant law, regulation or administrative provision:
All candidates must possess all relevant qualifications to undertake required services.
III.2.2) Contract performance conditions
The contract will include performance conditions relating to fair work practices and community benefits.
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:
15/07/2019
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:
12/12/2019
IV.2.7) Conditions for opening of tenders
Date:
15/07/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Request for documentation:
The Council may request the following documentation from bidder's at any point during the procurement process however are required to do so prior to award of the contract. This includes:
1) A completed copy of the ‘Standard Documentation’ uploaded to the technical envelope of the PCS-Tender portal. These comprise the following:
S1 — Equalities questionnaire;
S2 — Equalities declaration;
S3 — Tender compliance certificate;
S4 — No collusion certificate;
S5 — Prompt payment certificate;
S9 — List of proposed domestic subcontractors;
S10 — Parent company guarantee;
S17 — Sub-consultant collateral warranty.
2) Evidence of insurance certificates detailing the required level of cover in accordance with the levels stated within the Contract Notice and as detailed within the condition 3.2 — Part 4B.5 of the ESPD.
3) Any additional information or supporting evidence the Council requires to further justify the bidder’s response to ESPD questions 4C.1 and 4C.10.
4) A completed copy of the health and safety questionnaire and accompanying documentation i.e. accreditations, policies, sample risk assessments, etc.
5) Copies of all relevant Quality Accreditations, Quality Policies, etc.
6) Copies of all relevant environmental management accreditations, policies, etc.
7) Please note that bidder's are required to submit the document S7 — Tender declaration as an attachment within the Commercial Envelope of PCS-T with their tender submission. Failure to do so may result in the exclusion of your bid from the procurement process.
8) Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13619
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Bidders are required to complete and return the document entitled ‘Community Benefits Outcome Menu’ detailing the community benefits offered should the bidder be successful in the award of this contract. The delivery of 50 community benefit points as a minimum is mandatory.
Bidders who fail to commit to at least 50 community benefits points will be excluded from the procurement process.
(SC Ref:584080)
VI.4) Procedures for review
VI.4.1) Review body
See VI.4.3) below
See VI.4.3) below
UK
Internet address(es)
URL: http://www.renfrewshire.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.
VI.5) Date of dispatch of this notice
12/06/2019