Notice Information
Notice Title
Easter Langlee Waste Transfer Station
Notice Description
Scottish Borders Council requires a Waste Transfer Station to be constructed. The site for the proposed Waste Transfer Station is located on a former landfill site operated in the 1970s which will require careful remediation as part of the development of the site.
Lot Information
Lot 1
Scottish Borders Council requires a Waste Transfer Station to be constructed at Easter Langlee Galashiels. The new development will include the provision of a waste transfer block, administration building, operational yard,entrance and exit roads.. Tenderers may be excluded from this competition if they do not comply with Regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000470304
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284255
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award 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
45222110 - Waste disposal site construction work
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- £4,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 25 May 20178 years ago
- Submission Deadline
- 23 Jan 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 25 May 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH BORDERS COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@scotborders.gov.uk
- Contact Phone
- +44 1835824000
Buyer Location
- Locality
- NEWTOWN ST BOSWELLS
- Postcode
- TD6 0SA
- Post Town
- Galashiels
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM91 Scottish Borders
- Delivery Location
- UKM24 Scottish Borders
-
- Local Authority
- Scottish Borders
- Electoral Ward
- Selkirkshire
- Westminster Constituency
- Berwickshire, Roxburgh and Selkirk
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266089
Easter Langlee Waste Transfer Station - Scottish Borders Council requires a Waste Transfer Station to be constructed. The site for the proposed Waste Transfer Station is located on a former landfill site operated in the 1970s which will require careful remediation as part of the development of the site. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284255
Easter Langlee Waste Transfer Station - Scottish Borders Council requires a Waste Transfer Station to be constructed. The site for the proposed Waste Transfer Station is located on a former landfill site operated in the 1970s which will require careful remediation as part of the development of the site.
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-r6ebe6-0000470304-2017-05-25T00:00:00Z",
"date": "2017-05-25T00:00:00Z",
"ocid": "ocds-r6ebe6-0000470304",
"initiationType": "tender",
"parties": [
{
"id": "org-70",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA"
},
"contactPoint": {
"email": "procurement@scotborders.gov.uk",
"telephone": "+44 1835824000",
"faxNumber": "+44 1835825150",
"url": "http://www.publiccontractsscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.scotborders.gov.uk"
}
},
{
"id": "org-12",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA"
},
"contactPoint": {
"email": "procurement@scotborders.gov.uk",
"telephone": "+44 1835824000",
"faxNumber": "+44 1835825150",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.scotborders.gov.uk"
}
}
],
"buyer": {
"name": "Scottish Borders Council",
"id": "org-12"
},
"tender": {
"id": "SBC/CPS/1316",
"title": "Easter Langlee Waste Transfer Station",
"description": "Scottish Borders Council requires a Waste Transfer Station to be constructed. The site for the proposed Waste Transfer Station is located on a former landfill site operated in the 1970s which will require careful remediation as part of the development of the site.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45222110",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Easter Langlee Galashiels"
},
"deliveryAddresses": [
{
"region": "UKM24"
},
{
"region": "UKM24"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2017-01-23T12:00:00Z"
},
"documents": [
{
"id": "DEC266089",
"documentType": "contractNotice",
"title": "Easter Langlee Waste Transfer Station",
"description": "Scottish Borders Council requires a Waste Transfer Station to be constructed. The site for the proposed Waste Transfer Station is located on a former landfill site operated in the 1970s which will require careful remediation as part of the development of the site.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC266089",
"format": "text/html"
},
{
"id": "MAY284255",
"documentType": "awardNotice",
"title": "Easter Langlee Waste Transfer Station",
"description": "Scottish Borders Council requires a Waste Transfer Station to be constructed. The site for the proposed Waste Transfer Station is located on a former landfill site operated in the 1970s which will require careful remediation as part of the development of the site.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY284255",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Scottish Borders Council requires a Waste Transfer Station to be constructed at Easter Langlee Galashiels. The new development will include the provision of a waste transfer block, administration building, operational yard,entrance and exit roads.. Tenderers may be excluded from this competition if they do not comply with Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "cancelled",
"value": {
"amount": 4000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 270
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Refer to main tender documents."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2017-02-14T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The Contractor must be Constructionline (or equivalent) registered and hold SSIP certification (or equivalent)or BS OHSAS 18001. Contractors must hold a Waste Carrier Licence from SEPA or from an equivalent agency. The successful Contractor shall present a copy of the certifications to the Council for inspection before contract commencement and as requested throughout the duration of the contract."
},
{
"type": "economic",
"description": "4B.1.2 Bidders will be required to have an average yearly turnover of 8 million GBP for the last two years. OR 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. 4B.4 Bidders will be required to state the value for the following financial ratios: Ratio Name:Acid Test (Liquidity) Ratio Value:Minimum 0.8 the ratio will be calculated as follows: Ratio Calculation: Current Assets(less stock)/Current Liabilities 4B.6 The Creditsafe credit rating will be no less than 30 of 100 for the bidder to progress in the tender process. 4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, types and levels of insurance indicated below: Employers (Compulsory) Liability Insurance - 5 million GBP Public Liability Insurance - 5 million GBP Professional Indemnity Insurance - 10 million GBP Contractors Pollution Liability Insurance - 5 million GBP http://www.hse.gov.uk/pubns/hse40.pdf"
},
{
"type": "technical",
"description": "4C.1 Bidders are required to provide five 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. The Council requires bidders to demonstrate relevant experience of working on sites with the following characteristics: Former Landfill sites, Brownfield sites & Contaminated land sites Particular emphasis should be highlighted with regard to: Ground and site remediation strategies Piling strategy and design Health and Safety and Environmental protection (Ground Water/Site of Special Scientific Interest (SSSI). 4C.4 Please provide a statement of the relevant supply chain management and/or tracking systems used: describe the management process that you have employed throughout construction stages outlining: Team communication routes and the reporting structure, the senior management input, client reporting, and change management control processes and any dispute resolutions. 4C.10 Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance on accordance with BS EN ISO 9001 (or equivalent). OR 4D1.1 If the bidder does not hold UKAS (or equivalent)accredited independent third party certificate of compliance in accordance with BS EN ISO 9001(or equivalent) then the bidder must have a documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management and throughout the organisation. 4D.2 The Bidder must hold a UKAS (or equivalent) accreditied independent third party certificate or compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate. OR The bidder must have a regularly reviewed documented policy regarding environmental management reviewed by the Chief Executive or equivalent. Health and Safety Procedures 4D 2.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BH OHSAS 18001 (or equivalent)or have within the last 12 months successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP forum)."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"reviewDetails": "Scottish Borders Council will incorporate a minimum of 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contracts (Scotland)Regulations 2015 (SSI,2015 No446) provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
"hasRecurrence": false
},
"language": "EN",
"description": "Contractors should note that when it is judged by the Council (at their sole discretion) to be appropriate the Council will collaborate with the relevant bodies (including Police Scotland) to actively share significant elements of information provided and detailed in this response. Once the shortlist of Contractors has been made the following documentation will be required: Evidence of your company insurance certification detailing the required level of insurance as per the levels stated within the contract notice. Constructionline (or equivalent) registration and SSIP certification(or equivalent) Waste Carrier Licence from SEPA (or equivalent) A completed copy of the supporting documents in the general attachments area of PCS-t (SC Ref:497202)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000470304"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000470304"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SBC/CPS/1316",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2016/S 238-433006"
}
]
}