Notice Information
Notice Title
NEC3 Clyde Bridge Replacement Project
Notice Description
South Lanarkshire Council are proceeding with the construction of a 90-metre single span proprietary steel bridge to replace the existing reinforced concrete bridge structure, subject to the Council acquiring the land required for the project as set out below. The proposed structure includes a 4.2m wide carriageway with an additional footway of minimum width 1.05m. The new structure will be constructed off-line of the existing bridge. The proposed carriageway on approach to the structure will follow a new alignment and will include new approach roads to the north and south which will tie into the existing C29 Pettinain Road. The proprietary bridge will be supported on reinforced concrete abutments which, in turn, will be supported by piled foundations. On the north approach the structure will also include wing walls which will not be connected to the abutment and will behave as retaining walls. On the south approach the structure will include wing walls which will not be connected to the abutment and will behave as retaining walls and a cattle creep structure. The superstructure is proposed to be launched from the south abutment and a launching area for this purpose will be built. In addition to this the design also includes for the replacement of a cattle creep structure located approximately 350m south of Clyde Bridge and the infilling of a culvert located approximately 270m south of Clyde Bridge.
Lot Information
Lot 1
The conditions of contract will be NEC3 Engineering and Construction Contract (ECC), Option B. Reference should be made to any experience of the NEC ECC Option B, other options or other NEC contracts. Experience in other forms of contract which incorporate similar principals of contract management as the NEC can be used. A restricted tendering procurement process is being adopted: Stage 1 - PQQ: The Council will rank the Bidders accordingly to the scores received in the Technical Evaluation. The Council anticipate that the 5 ranked highest scoring Bidders in the Technical evaluation will progress to Stage 2 - Tender and will be invited to submit tenders. Stage 2 - Tender: which will be a price / quality assessment based on a 80% price / 20% quality split. Contract period - The contract period is anticipated to commence in November 2022 2022 and be completed by November 2023.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-032591
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/010229-2022
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45111100 - Demolition work
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 19 Apr 20223 years ago
- Submission Deadline
- 19 May 2022Expired
- Future Notice Date
- 18 Apr 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Peter Cannon
- Contact Email
- peter.cannon@southlanarkshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- HAMILTON
- Postcode
- ML3 0AA
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM95 South Lanarkshire
- Delivery Location
- TLM95 South Lanarkshire
-
- Local Authority
- South Lanarkshire
- Electoral Ward
- Hamilton North and East
- Westminster Constituency
- Hamilton and Clyde Valley
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-032591-2022-04-19T16:30:50+01:00",
"date": "2022-04-19T16:30:50+01:00",
"ocid": "ocds-h6vhtk-032591",
"description": "Declarations and Certificates In a restricted tendering procedure, prior to the issue of invitation to tender, the bidders who are being recommended for issue of tenders will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. SPD Question 2D.1 Prompt Payment Certificate SPD Question 3C.1 Blacklisting in the Construction Industry Declaration SPD Question 3D.3 Human Rights Act Declaration SPD Question 3D.11 Non-Collusion Certificate SPD Question 4D.1 Health and Safety Declaration SPD Question 4B.5.1 Insurance Certificates SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration SPD Question 4A.2 Registered Provider under the SIA Approved Contractor Scheme SPD Question 4C.6 Security Industry Act Licence SPD Question 4C.6 Goods Vehicle Operator's Licence SPD Question 3A.6 Modern Slavery Act 2015 Declaration Declaration Section Signature Page (for PQQ Stage 1) *The 'Form of Offer to Tender' must be completed and uploaded within the relevant question in the Commercial Envelope. In the case of a restricted tendering procedure this information will be requested by the Council prior to the issue of invitation to tender to the selected bidders. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 21137. 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: As detailed in the tender documents (SC Ref:690700)",
"initiationType": "tender",
"tender": {
"id": "SLC/PS?COMENT/21/236",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "NEC3 Clyde Bridge Replacement Project",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
"mainProcurementCategory": "works",
"description": "South Lanarkshire Council are proceeding with the construction of a 90-metre single span proprietary steel bridge to replace the existing reinforced concrete bridge structure, subject to the Council acquiring the land required for the project as set out below. The proposed structure includes a 4.2m wide carriageway with an additional footway of minimum width 1.05m. The new structure will be constructed off-line of the existing bridge. The proposed carriageway on approach to the structure will follow a new alignment and will include new approach roads to the north and south which will tie into the existing C29 Pettinain Road. The proprietary bridge will be supported on reinforced concrete abutments which, in turn, will be supported by piled foundations. On the north approach the structure will also include wing walls which will not be connected to the abutment and will behave as retaining walls. On the south approach the structure will include wing walls which will not be connected to the abutment and will behave as retaining walls and a cattle creep structure. The superstructure is proposed to be launched from the south abutment and a launching area for this purpose will be built. In addition to this the design also includes for the replacement of a cattle creep structure located approximately 350m south of Clyde Bridge and the infilling of a culvert located approximately 270m south of Clyde Bridge.",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "The conditions of contract will be NEC3 Engineering and Construction Contract (ECC), Option B. Reference should be made to any experience of the NEC ECC Option B, other options or other NEC contracts. Experience in other forms of contract which incorporate similar principals of contract management as the NEC can be used. A restricted tendering procurement process is being adopted: Stage 1 - PQQ: The Council will rank the Bidders accordingly to the scores received in the Technical Evaluation. The Council anticipate that the 5 ranked highest scoring Bidders in the Technical evaluation will progress to Stage 2 - Tender and will be invited to submit tenders. Stage 2 - Tender: which will be a price / quality assessment based on a 80% price / 20% quality split. Contract period - The contract period is anticipated to commence in November 2022 2022 and be completed by November 2023.",
"status": "active",
"awardCriteria": {
"criteria": [
{
"name": "Technical",
"type": "quality",
"description": "20"
},
{
"type": "price",
"description": "80"
}
]
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45000000",
"description": "Construction work"
},
{
"scheme": "CPV",
"id": "45111100",
"description": "Demolition work"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2022-04-19T00:00:00+01:00"
},
"coveredBy": [
"GPA"
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "There are a number of questions/statements that have been included in the Contract Notice and within the Qualification Envelope which detail the minimum requirements that Bidders must be able to evidence for participation in this tender and ultimately will be required to evidence prior to any award being made. There are in addition further statements made that simply provide relevant information relating to the tender itself. These questions and statements form an integral part of the Single Procurement Document (the SPD) which the Council has decided to implement for all tenders in excess of 50K in value. SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon Subcontractors on whose capacity the bidder does not rely Bidders who are selected to submit an ITT will be asked whether they intend to subcontract within the ITT (Stage 2) Tender. A shortened version of the SPD covering the exclusion grounds will require to be completed by each Subcontractor so identified and uploaded within the ITT (Stage 2) Technical Envelope. Exclusion Criteria Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. SPD Questions 3A and 3C have been identified as mandatory exclusion grounds and SPD Questions 3B and 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be dealt with on a PASS/FAIL basis. In respect of the mandatory exclusion grounds a bid will be excluded where a bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. In respect of the discretionary exclusion grounds a bid may be excluded where a bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.",
"appliesTo": [
"supplier"
]
},
{
"minimum": "SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
}
]
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"tenderPeriod": {
"endDate": "2022-05-19T12:00:00+01:00"
},
"secondStage": {
"invitationDate": "2022-06-23T00:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"hasRecurrence": false,
"reviewDetails": "Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.uk"
},
"parties": [
{
"id": "GB-FTS-1037",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Peter Cannon",
"email": "peter.cannon@southlanarkshire.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.southlanarkshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-6287",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street,",
"locality": "Hamilton",
"postalCode": "ML3 0BT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698282957",
"email": "hamiltoncivl@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "http://www.scotscourts.gov.uk"
}
}
],
"buyer": {
"id": "GB-FTS-1037",
"name": "South Lanarkshire Council"
},
"language": "en"
}