Award

Forth Road Bridge Main Cable Internal Inspection 2017

TRANSPORT SCOTLAND SOUTH EAST

This public procurement record has 2 releases in its history.

Award

25 Sep 2017 at 00:00

Tender

07 Nov 2016 at 00:00

Summary of the contracting process

Transport Scotland South East is conducting a procurement process titled "Forth Road Bridge Main Cable Internal Inspection 2017," aimed at appointing a qualified contractor to perform an internal inspection and investigation of the suspension cables on the Forth Road Bridge. This tender falls under the services industry category and is located in South Queensferry, West Lothian, UK. The procurement method is selective, following a restricted procedure, with a submission deadline set for 8 December 2016. The project is anticipated to begin in April 2018, lasting approximately six months, following the award of the contract.

This opportunity holds significant potential for businesses specialising in civil and structural engineering services, particularly those with experience in inspecting major infrastructure projects such as bridges. Economic operators looking to compete should possess a strong financial standing, relevant technical capabilities, and the necessary certifications, including those related to health and safety management. The project may also foster additional subcontracting opportunities and community benefits, helping to enhance the economic landscape of the region.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Forth Road Bridge Main Cable Internal Inspection 2017

Notice Description

Transport Scotland wishes to appoint a suitably experienced contractor to undertake an internal inspection and investigation of the main suspension cables on the Forth Road Bridge.

Lot Information

Lot 1

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a Main Contractor to undertake an internal inspection and investigation of the main suspension cables at the Forth Road Bridge. These works are due to commence on site in April 2018 for a period of approximately 6 months. The Main Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project requires to be performed by a single contractor and as such shall not be divided into lots. To be considered for this contract economic operators are required to complete the European Single Procurement Document (ESPD) in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. Project Details The Forth Road Bridge spans the Firth of Forth and carries the A90 Trunk Road between Fife and Lothian. The bridge consists of two approach viaducts and a suspension bridge which forms the main section of the structure. The main span is 1006 metres long with side spans each of 408 metres. The deck is an open steel truss with an orthotropic stiffened plate on the main span and a reinforced concrete slab on the side spans. The suspended truss is supported by two aerially spun cables each of approximately 590mm diameter. Following work which had been undertaken in the USA, the first internal inspection of the main cables on the Bridge was undertaken in 2004 following the recommendations of NCHRP Report 534 (Guidelines for Inspection and Strength Evaluation of Suspension Bridge Parallel Wire Cables). Each of the main cables was opened in 5 locations (3 low level and 2 high level). The low level locations were accessed from scaffolds and the high level locations from specially constructed steel platforms. Following the inspection, the strength of the cables were evaluated using the NCHRP Brittle Wire model. In 2006 an acoustic monitoring system was installed on the main cables of the Bridge to monitor the number of wire breaks in the main cables. In 2006, a contract was also awarded to install a dehumidification system to the main cables. This involved sealing the main cables to make them air tight and then pumping dehumidified air through the voids, between the individual wires which make up the cables. The 2nd internal inspection of the main cables was included within the main cable dehumidification works contract to allow the condition of the cables to be ascertained prior to the commissioning of the dehumidification system. This project was completed towards the end of 2009. In 2012 the 3rd internal inspection of the main cables was undertaken. This involved unwrapping a total of 8 No panels to allow inspection of the internal wires. The principal elements of the proposed works will comprise, but will not be limited to: - Refurbishment, modification, load testing and certification of purpose designed cable gantries - Refurbishment and testing of a purpose designed cable compactor and wrapping machine - Provision of detailed method statements - Installation and removal of cable gantries and access cradles - Erection and removal of low level scaffolding platforms - Removal and reinstatement of main cable elastomeric wrap - Removal, reinstatement and recommissioning of main cable dehumificiation and acoustic monitoring equipment - Unwrapping of the main cables including the removal of lead and zinc waste - Cable wedging - Wire sampling and splicing - Cable compaction and wrapping - Provision of as-constructed information - Provision of Health and Safety File.. Economic operators 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000469598
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296468
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

43 - Machinery for mining, quarrying, construction equipment

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

71 - Architectural, construction, engineering and inspection services


CPV Codes

43321000 - Bridge-suspension equipment

44212100 - Bridge

44212110 - Bridge sections

44212120 - Structures of bridges

71630000 - Technical inspection and testing services

71631000 - Technical inspection services

71631450 - Bridge-inspection services

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
25 Sep 20178 years ago
Submission Deadline
8 Dec 2016Expired
Future Notice Date
Not specified
Award Date
21 Sep 20178 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND SOUTH EAST
Contact Name
Ian McFetridge, Jason Cheetham
Contact Email
ian.mcfetridge@transport.gov.scot, jason.cheetham@transport.gov.scot
Contact Phone
+44 1412727182, +44 1412727271

Buyer Location

Locality
GLASGOW
Postcode
G4 0HF
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM75 City of Edinburgh

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000469598-2017-09-25T00:00:00Z",
    "date": "2017-09-25T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000469598",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-68",
            "name": "Transport Scotland South East",
            "identifier": {
                "legalName": "Transport Scotland South East"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM25",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Ian McFetridge",
                "email": "Ian.McFetridge@transport.gov.scot",
                "telephone": "+44 1412727271",
                "faxNumber": "+44 1412727272",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transportscotland.gsi.gov.uk"
            }
        },
        {
            "id": "org-25",
            "name": "Transport Scotland South East",
            "identifier": {
                "legalName": "Transport Scotland South East"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM75",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Jason Cheetham",
                "email": "jason.cheetham@transport.gov.scot",
                "telephone": "+44 1412727182",
                "faxNumber": "+44 1412727272",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transportscotland.gsi.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland South East",
        "id": "org-25"
    },
    "tender": {
        "id": "TS/TRBO/WKS/2016/03",
        "title": "Forth Road Bridge Main Cable Internal Inspection 2017",
        "description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake an internal inspection and investigation of the main suspension cables on the Forth Road Bridge.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "43321000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71630000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71631000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Forth Road Bridge, South Queensferry West Lothian, EH30 9SF, UK."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM25"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2016-12-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV263098",
                "documentType": "contractNotice",
                "title": "Forth Road Bridge Main Cable Internal Inspection 2017",
                "description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake an internal inspection and investigation of the main suspension cables on the Forth Road Bridge.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV263098",
                "format": "text/html"
            },
            {
                "id": "NOV263098-1",
                "title": "Forth Road Bridge Main Cable Internal Inspection 2017 ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV263098&idx=1",
                "datePublished": "2016-11-09T11:10:32Z",
                "dateModified": "2016-11-09T11:38:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV263098-2",
                "title": "Community Benefits, Freedom of Information and Subcontracting",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV263098&idx=2",
                "datePublished": "2016-11-09T11:10:32Z",
                "dateModified": "2016-11-09T11:10:32Z",
                "format": "application/pdf"
            },
            {
                "id": "NOV263098-3",
                "title": "Forth Road Bridge Main Cable Internal Inspection 2017",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV263098&idx=3",
                "datePublished": "2016-11-09T11:10:32Z",
                "dateModified": "2016-11-09T11:39:09Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV263098-4",
                "title": "Forth Road Bridge Main Cable Internal Inspection 2017 ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV263098&idx=4",
                "datePublished": "2016-11-09T11:38:17Z",
                "dateModified": "2016-11-09T11:38:17Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV263098-5",
                "title": "Forth Road Bridge Main Cable Internal Inspection 2017",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV263098&idx=5",
                "datePublished": "2016-11-09T11:39:09Z",
                "dateModified": "2016-11-09T11:39:09Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP296468",
                "documentType": "awardNotice",
                "title": "Forth Road Bridge Main Cable Internal Inspection 2017",
                "description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake an internal inspection and investigation of the main suspension cables on the Forth Road Bridge.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP296468",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a Main Contractor to undertake an internal inspection and investigation of the main suspension cables at the Forth Road Bridge. These works are due to commence on site in April 2018 for a period of approximately 6 months. The Main Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project requires to be performed by a single contractor and as such shall not be divided into lots. To be considered for this contract economic operators are required to complete the European Single Procurement Document (ESPD) in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the ESPD. Project Details The Forth Road Bridge spans the Firth of Forth and carries the A90 Trunk Road between Fife and Lothian. The bridge consists of two approach viaducts and a suspension bridge which forms the main section of the structure. The main span is 1006 metres long with side spans each of 408 metres. The deck is an open steel truss with an orthotropic stiffened plate on the main span and a reinforced concrete slab on the side spans. The suspended truss is supported by two aerially spun cables each of approximately 590mm diameter. Following work which had been undertaken in the USA, the first internal inspection of the main cables on the Bridge was undertaken in 2004 following the recommendations of NCHRP Report 534 (Guidelines for Inspection and Strength Evaluation of Suspension Bridge Parallel Wire Cables). Each of the main cables was opened in 5 locations (3 low level and 2 high level). The low level locations were accessed from scaffolds and the high level locations from specially constructed steel platforms. Following the inspection, the strength of the cables were evaluated using the NCHRP Brittle Wire model. In 2006 an acoustic monitoring system was installed on the main cables of the Bridge to monitor the number of wire breaks in the main cables. In 2006, a contract was also awarded to install a dehumidification system to the main cables. This involved sealing the main cables to make them air tight and then pumping dehumidified air through the voids, between the individual wires which make up the cables. The 2nd internal inspection of the main cables was included within the main cable dehumidification works contract to allow the condition of the cables to be ascertained prior to the commissioning of the dehumidification system. This project was completed towards the end of 2009. In 2012 the 3rd internal inspection of the main cables was undertaken. This involved unwrapping a total of 8 No panels to allow inspection of the internal wires. The principal elements of the proposed works will comprise, but will not be limited to: - Refurbishment, modification, load testing and certification of purpose designed cable gantries - Refurbishment and testing of a purpose designed cable compactor and wrapping machine - Provision of detailed method statements - Installation and removal of cable gantries and access cradles - Erection and removal of low level scaffolding platforms - Removal and reinstatement of main cable elastomeric wrap - Removal, reinstatement and recommissioning of main cable dehumificiation and acoustic monitoring equipment - Unwrapping of the main cables including the removal of lead and zinc waste - Cable wedging - Wire sampling and splicing - Cable compaction and wrapping - Provision of as-constructed information - Provision of Health and Safety File.. Economic operators 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.",
                "status": "complete",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of Contractors on a regular basis. In the event that the Contractor's performance falls below a satisfactory level, the Contractor will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-02-06T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information provided within the ESPD. Economic operators must be enrolled in the relevant professional or trade registers kept in the Member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) (e.g. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. Furthermore, economic operators' site staff to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent; and in performing the project shall ensure that all fabricated and completed steelwork shall be CE Marked. Economic operators should provide details under Question Ref. 4C.6 and 4C.12, in accordance with the requirements of this Contract Notice."
                },
                {
                    "type": "economic",
                    "description": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to Question Ref. 4B.1 provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to Question Ref. 4B.4 provide the name, value and/or range of NINE financial criteria for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) and (b), economic operators are required to provide a link / copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period which is available if less than two years. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under Question Ref. 4B.4 of the ESPD shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The individual scores shall be weighted for Year 1 and Year 2, with the most recent (Year 1) financial statements to be weighted at 67% with Year 2 being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years. The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks. The scoring criteria can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk via this Contract Notice. Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. Statement for 4B.5 It is a requirement of this contract that economic operators hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below (Note: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 10 million GBP Professional Indemnity Insurance = 5 million GBP In responding to Question Ref. 4B.5.1 and 4B.5.2 of the ESPD, where the bidder ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL."
                },
                {
                    "type": "technical",
                    "description": "Under Q Ref.4C.1 of the ESPD economic operators shall be required to insert suitable responses to Statements (a),(b),(c),(d)and(e), demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be answered by Single Economic Operators or by Groups of Economic Operators (Group Members should not respond individually). Responses to Statements (a)and(b) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable response) shall be excluded from the procurement competition. The responses to Statements (c),(d)and(e) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: Does not demonstrate an acceptable level of technical or professional ability (1-4); Demonstrates an acceptable level of technical or professional ability (5-6); Demonstrates a good level of technical or professional ability (7-8); Demonstrates an excellent level of technical or professional ability (9-10). A response shall be marked as a FAIL and will not be considered further if the score achieved for any question is less than or equal to 4. Where a response is greater than 4 it shall be weighted in order to calculate a score out of 100 for these 3 questions. Under Q Ref.4C.7 of the ESPD economic operators shall be required to insert suitable responses to Statements (f),(g)and(h) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators are required to provide details of a recognised accredited system or own non-accredited system, which will ultimately shall be adopted if awarded the contract. Subsequently, under Q Ref.4D.1 economic operators will be required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (f),(g)and(h) shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no management system in use will not be considered for this contract. Under Q Ref.4C.6 of the ESPD economic operators shall be required to insert suitable responses to Statement (i) demonstrating they have the requisite experience to perform the role of Principal Contractor under the Construction (Design and Management) Regulations 2015 and are prepared to accept such appointment under the contract. The response to Statement (i) shall be assessed on the basis of PASS or FAIL. Economic operators who fail demonstrate they have the requisite experience or who are not willing to accept the appointment shall be excluded from the procurement competition. Under Q Ref.4C6.1 of the ESPD economic operators shall be required to insert suitable responses to Statement (j) demonstrating that their employees (or those of the entities whom which they are relying upon) possess the necessary human resources and are qualified appropriately to perform the requirement. The response to Statement (j) shall be assessed on the basis of PASS or FAIL. Economic Operators (or the entities whom which they are relying upon) whose employees do not possess the necessary human resources shall be excluded from the procurement competition. In response to Statement (k) economic operators shall be required to insert suitable responses under Q Ref. 4C.6 of the ESPD demonstrating that they are registered/accredited under the relevant professional or trade body and under Q Ref. 4C.12 of the ESPD confirm that they are able to provide the relevant certificates attesting to the conformity of the products to be provided under the contract. The response to Statement (k) shall be assessed on the basis of PASS or FAIL. Economic Operators who are not registered or certified in accordance with the specified requirements contained in Statement (k) shall be excluded from the procurement competition.",
                    "minimum": "Statement (a) Within the last 5 years, have you undertaken the role of main contractor on an internal inspection and investigation contract on the main cables of a major long span bridge similar in terms of size, nature, scope and complexity to the Works? Statement (b) Within the last 5 years, have you designed temporary works on a repair/refurbishment contract on a major long span bridge similar in terms of size, nature, scope and complexity to the Works? Statement (c) Provide evidence from projects performed in the last 5 years which detail experience of repair/refurbishment of long span bridges, with associated temporary works design. Your response shall provide: details of the project which demonstrate capability to perform the proposed contract; details of the management and control of on-site activities used to ensure health and safety compliance; evidence of innovation and added value; and technical details of important design/construction and completion aspects (Max.1500 words, weighting 40%). Statement (d) Provide evidence from projects performed in the last 5 years on minimising and mitigating the impact of construction works on the environment, local community and the wider environment, including: details of specific mitigation measures; and how the effectiveness of these measures was assessed (Max.1000 words, weighting 30%). Statement (e) Provide evidence from projects performed in the last 5 years of working with, and interfacing with other contractors and suppliers, including: details of effective management of sub-contractors; details of the nature of potential difficulties addressed; and logistics planning for site deliveries (Max.1000 words, weighting 30%). Statement (f) - Quality Management System. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2000 (Quality Management Systems); Other accredited management system; or Own non-accredited management system. Statement (g) - Environmental Management System. This may BS EN ISO 14001:2004 (Environmental Management Systems); Other accredited management system; or Own non-accredited management system. Statement (h) - Health and Safety Management System. This may BS EN ISO 18001:2007 (Occupational Health and Safety Management Systems) and associated standards; Other accredited management system; or Own non-accredited management system. Statement (i) Provide evidence to demonstrate competence in the role Principal Contractor under the CDM Regulations and confirm that, if awarded the Contract, you would be willing to accept this appointment. Statement (j) - It is a requirement that the staff employed under the Contract shall be qualified appropriately to enable them to perform the Works in accordance with the appropriate standards. In order to be considered for this procurement competition, the following staff within the economic operators organisation, or those entities whom which they are relying upon (as provided for under Question Ref. 2C.1), should as a minimum hold the following qualifications: Project Manager: Chartered Engineer (IStructE/ICE/IMechE) with demonstrable experience of working on main cable investigation works on long span bridges; Site Manager: Minimum CITB site managers 5 Day Course with demonstrable experience of managing civil/structural engineering construction/repair/refurbishment projects; Temporary Works Design Engineer: CEng (IStructE/ICE/IMechE); and Temporary Works CAT III Checker: CEng (IStructE/ICE/IMechE). The Project Manager, Site Manager and Temporary Works Designer may either be part of the economic operator or the reliant entities. The Temporary Works CAT III Checker by the nature of their role can only be part of a reliant entity. Statement (k) It is a requirement of the contract that all site staff to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent; and in performing the project that all fabricated and completed steelwork shall be CE Marked."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "71631450",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(SC Ref:512809)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000469598"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000469598"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/TRBO/WKS/2016/03-1",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/TRBO/WKS/2016/03-1",
            "awardID": "TS/TRBO/WKS/2016/03-1",
            "status": "active",
            "dateSigned": "2017-09-21T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 216-393512"
        }
    ]
}