Award

M8 Kingston Bridge South Approaches Cope and Parapet Refurbishment 2017

TRANSPORT SCOTLAND SOUTH WEST

This public procurement record has 2 releases in its history.

Award

07 Dec 2017 at 00:00

Tender

24 Nov 2016 at 00:00

Summary of the contracting process

Transport Scotland South West is overseeing the contracting process for the "M8 Kingston Bridge South Approaches Cope and Parapet Refurbishment 2017" project, located in Glasgow, UK. This procurement falls under the works category and utilizes a selective procurement method through a restricted procedure. The deadline for tender submissions is set for 5 January 2017, and the project, valued at £3.25 million, aims to commence work in early summer 2017, lasting approximately four months. The work will involve refurbishment tasks on the M8 Kingston Bridge's copes and parapets, vital structures for maintaining roadway safety.

This tender presents a lucrative opportunity for construction firms, particularly those specialised in civil engineering, structural repairs, and refurbishment of transport infrastructure. Experienced contractors familiar with similar projects, especially those dealing with live traffic situations, would be well-positioned to compete for this contract. To qualify, bidders must demonstrate relevant technical capabilities and compliance with specific industry standards, making this a prime opportunity for established operators invested in road infrastructure projects.

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

M8 Kingston Bridge South Approaches Cope and Parapet Refurbishment 2017

Notice Description

Transport Scotland wishes to appoint a suitably experienced contractor to undertake the refurbishment of the M8 Kingston Bridge South Approaches copes and parapets.

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 the refurbishment of the M8 Kingston Bridge South Approaches copes and parapets. These works are due to commence in early summer 2017, for a period of approximately 4 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 contract 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 M8 Kingston Bridge South Approaches are twin bridges located on the M8 Edinburgh - Greenock Trunk Road that carry motorway traffic over local roads 300m south of the M8 Kingston Bridge near Glasgow City Centre. The structures are two separate bridges, one M8 eastbound and one M8 westbound. Each bridge is a multi-span arrangement of post tensioned table top spans and reinforced concrete suspended spans with half-joints over a total length of 262m and an overall width of 15.57m. The traffic count information extracted from sensors on the M8 Kingston Bridge South Approach indicate an annual average flow of 103,000 vehicles per day with 12% HGV. The existing edge copes on the M8 Kingston Bridge South Approaches eastbound and westbound structures each support a two rail aluminium parapet and a series of pre-cast cladding panels. The existing copes and parapets are to be replaced as part of the refurbishment works. The provisional scope of the proposed works will include, but is not limited to: - Detailed survey of existing cope and parapet; - Preparation of fabrication drawings; - Fence and gated access to the worksite to prevent public access into the worksite; - Design, design check, provision, operation and maintenance of any temporary works that may be required to carry out the works; - Traffic management as necessary to allow demolition and replacement of cope(s) and parapet(s) over both structures; - Demolition and replacement of existing copes and parapets over a total length of around 524 metres (262m westbound cope and 262m eastbound cope); - Waterproofing and re-surfacing of a 1 metre strip, adjacent to the replaced cope, over the entire length of the newly constructed copes on both structures; - Installation of new bridge joints within the extent of the scheme; - Provision of Light and Heavy Recovery vehicles for the duration of the works to serve the carriageway with live traffic management - Development and implementation of a Communications Strategy, working with Traffic Scotland, Scotland TranServ (Transport Scotland's Term Operating Company for the South West Scotland Trunk Road Unit), emergency services, stakeholders and liaison with local community to minimise any delays, disruption and inconvenience caused, including implementation of noise or other environmental mitigation measures; - All other works generally associated with a structural maintenance scheme on or adjacent to a live motorway; - Provision of As-built drawings and contribution and assistance in developing a scheme specific Health and Safety File. Traffic Management - lane closures on the M8 motorway will not be permitted between the hours of 06:00 and 22:00 during the works. Works will only be permitted on one carriageway at any time. Works will be undertaken in two consecutive eight week phases. One phase westbound and one phase eastbound.. 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-r6ebe6-0000471491
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC303699
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

45221100 - Construction work for bridges

45221111 - Road bridge construction work

45223500 - Reinforced-concrete structures

45262310 - Reinforced-concrete work

Notice Value(s)

Tender Value
£3,250,000 £1M-£10M
Lots Value
£3,250,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Dec 20178 years ago
Submission Deadline
5 Jan 2017Expired
Future Notice Date
Not specified
Award Date
31 Jul 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 WEST
Contact Name
Ian McFetridge
Contact Email
ian.mcfetridge@transport.gov.scot
Contact Phone
+44 1412727100

Buyer Location

Locality
GLASGOW
Postcode
G4 0DX
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
TLM34 North Lanarkshire, TLM82 Glasgow City

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-r6ebe6-0000471491-2017-12-07T00:00:00Z",
    "date": "2017-12-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000471491",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-13",
            "name": "Transport Scotland South West",
            "identifier": {
                "legalName": "Transport Scotland South West"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G4 0DX"
            },
            "contactPoint": {
                "name": "Ian McFetridge",
                "email": "Ian.McFetridge@transport.gov.scot",
                "telephone": "+44 1412727100",
                "faxNumber": "+44 1412727272",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "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-50",
            "name": "Transport Scotland South West",
            "identifier": {
                "legalName": "Transport Scotland South West"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0DX"
            },
            "contactPoint": {
                "name": "Ian McFetridge",
                "email": "Ian.McFetridge@transport.gov.scot",
                "telephone": "+44 1412727100",
                "faxNumber": "+44 1412727272",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "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 West",
        "id": "org-50"
    },
    "tender": {
        "id": "TS/TRBO/WKS/2016/04",
        "title": "M8 Kingston Bridge South Approaches Cope and Parapet Refurbishment 2017",
        "description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake the refurbishment of the M8 Kingston Bridge South Approaches copes and parapets.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221111",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45223500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262310",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow City Centre - M8 Kingston Bridge South Approaches (Easting 257925, Northing 664552)"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM34"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 3250000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "written"
        ],
        "submissionMethodDetails": "Buchanan House 58 Port Dundas Road",
        "tenderPeriod": {
            "endDate": "2017-01-05T12:00:00Z"
        },
        "documents": [
            {
                "id": "NOV265025",
                "documentType": "contractNotice",
                "title": "M8 Kingston Bridge South Approaches Cope and Parapet Refurbishment 2017",
                "description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake the refurbishment of the M8 Kingston Bridge South Approaches copes and parapets.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV265025",
                "format": "text/html"
            },
            {
                "id": "NOV265025-1",
                "title": "Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV265025&idx=1",
                "datePublished": "2016-11-26T11:10:24Z",
                "dateModified": "2016-11-26T11:10:24Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV265025-2",
                "title": "ESPD v1 8 - Kingston Bridge - clean version reviewed - 11 Nov 2016",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV265025&idx=2",
                "datePublished": "2016-11-26T11:10:24Z",
                "dateModified": "2016-11-29T09:55:29Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "NOV265025-3",
                "title": "ESPD v1 8 - Kingston Bridge - clean version reviewed - 11 Nov 2016",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV265025&idx=3",
                "datePublished": "2016-11-29T09:55:29Z",
                "dateModified": "2016-11-29T09:55:29Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC303699",
                "documentType": "awardNotice",
                "title": "M8 Kingston Bridge South Approaches Cope and Parapet Refurbishment 2017",
                "description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake the refurbishment of the M8 Kingston Bridge South Approaches copes and parapets.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC303699",
                "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 the refurbishment of the M8 Kingston Bridge South Approaches copes and parapets. These works are due to commence in early summer 2017, for a period of approximately 4 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 contract 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 M8 Kingston Bridge South Approaches are twin bridges located on the M8 Edinburgh - Greenock Trunk Road that carry motorway traffic over local roads 300m south of the M8 Kingston Bridge near Glasgow City Centre. The structures are two separate bridges, one M8 eastbound and one M8 westbound. Each bridge is a multi-span arrangement of post tensioned table top spans and reinforced concrete suspended spans with half-joints over a total length of 262m and an overall width of 15.57m. The traffic count information extracted from sensors on the M8 Kingston Bridge South Approach indicate an annual average flow of 103,000 vehicles per day with 12% HGV. The existing edge copes on the M8 Kingston Bridge South Approaches eastbound and westbound structures each support a two rail aluminium parapet and a series of pre-cast cladding panels. The existing copes and parapets are to be replaced as part of the refurbishment works. The provisional scope of the proposed works will include, but is not limited to: - Detailed survey of existing cope and parapet; - Preparation of fabrication drawings; - Fence and gated access to the worksite to prevent public access into the worksite; - Design, design check, provision, operation and maintenance of any temporary works that may be required to carry out the works; - Traffic management as necessary to allow demolition and replacement of cope(s) and parapet(s) over both structures; - Demolition and replacement of existing copes and parapets over a total length of around 524 metres (262m westbound cope and 262m eastbound cope); - Waterproofing and re-surfacing of a 1 metre strip, adjacent to the replaced cope, over the entire length of the newly constructed copes on both structures; - Installation of new bridge joints within the extent of the scheme; - Provision of Light and Heavy Recovery vehicles for the duration of the works to serve the carriageway with live traffic management - Development and implementation of a Communications Strategy, working with Traffic Scotland, Scotland TranServ (Transport Scotland's Term Operating Company for the South West Scotland Trunk Road Unit), emergency services, stakeholders and liaison with local community to minimise any delays, disruption and inconvenience caused, including implementation of noise or other environmental mitigation measures; - All other works generally associated with a structural maintenance scheme on or adjacent to a live motorway; - Provision of As-built drawings and contribution and assistance in developing a scheme specific Health and Safety File. Traffic Management - lane closures on the M8 motorway will not be permitted between the hours of 06:00 and 22:00 during the works. Works will only be permitted on one carriageway at any time. Works will be undertaken in two consecutive eight week phases. One phase westbound and one phase eastbound.. 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": 3250000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 120
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.publiccontractsscotland.gov.uk/"
        },
        "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": "2017-02-20T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers Professional or Trade Registers 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. Accreditation Economic operators or their subcontractors must be accredited under National Highway Sector Scheme (NHSS) 2B The Supply, Installation and Repair of Vehicle Restraint Systems; NHSS 5A The Manufacture of Parapets for Road Restraint Systems; NHSS 5B The Installation of Parapets for Road Restraint Systems; NHSS 7 Application of Road Marking Materials and Road Studs to Road Surfaces; NHSS 12A/B Static Temporary Traffic Management on Motorways and High Speed Dual Carriageways; NHSS14 Production of Asphalt Mixes; NHSS 15 The Supply of Paving Bitumens; NHSS16 The Laying of Asphalt Mixes; NHSS 17 Vehicle Recovery at Highway Construction Sites. And, all site staff shall require to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent. Economic operators should provide details under Question Ref. 4C.6, in accordance with the requirements of this Contract Notice. Standards and Specification Subject to the other provisions of the Contract, the standards and specifications with which the Contractor shall comply will include: - UK Department for Transport Standards for Highways, specifically: - Design Manual for Roads and Bridges (DMRB) - Manual of Contract Documents for Highway Works (MCHW) - Transport Scotland Interim Amendments (TSIA) - Eurocodes - National Highway Sector Schemes In accordance with DMRB, the temporary works design shall be the subject of a Category 3 Checker. Information relating to the Category 3 Checker, should be provided within a separate ESPD under Question Ref. 2C.1 of the ESPD, in accordance with 2C1.1 Instructions for Bidders. Furthermore, it is intended that for this contract, the successful economic operator shall be appointed to fulfill the duties of the Principal Contractor under the CDM Regulations 2015. Information demonstrating they have the requisite experience to perform the role of Principal Contractor under the CDM Regulations 2015 and are prepared to accept such appointment under the contract, should be provided for under Question Ref. 4C.6 in accordance with this Contract Notice. Staff It is a requirement of the contract that the staff employed under economic operator shall possess the necessary human resources and be qualified appropriately to perform the requirement. Details should be provided for under ESPD, Question Ref. 4C6.1 in response to Statement (j) above."
                },
                {
                    "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 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 Question 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 Question 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 Question 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 Question 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 CDM 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 Question 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 Question Ref. 4C.6 of the ESPD demonstrating that they are registered/accredited under the relevant professional or trade body. 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) to (b): Within the last 5 years, have you undertaken: (a) the role of main contractor on a repair/refurbishment contract on a live urban major road, on a structure similar in terms of size, nature, scope and complexity to the Works? If answered 'Yes', please provide details. (b) demolition of structural elements as part of a repair/refurbishment contract on a reinforced concrete bridge structure similar in terms of location, size, nature, scope and complexity to the Works? If answered 'Yes', please provide details. Statement (c) to (e): Provide evidence from projects performed in the last 5 years, which detail experience of: (c) repair/refurbishment of reinforced concrete structures, with associated demolition on live major roads. Your response shall provide details of: the project which demonstrate capability to perform the proposed contract; the design , erection and maintenance of temporary works; long term traffic management measures ; the management and control of on-site activities used to ensure health and safety compliance; innovation and added value; and important technical design/construction and completion aspects of the projects (Max. 1500 words, weighting 40%). (d) minimising and mitigating the impact of construction works on the environment, local community and the wider environment. Your response shall provide: details of specific mitigation measures and works (Max. 1000 words, weighting 30%). (e) working with, and interfacing with other contractors and suppliers. Your response shall provide: 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) to (h): Provide details of your management systems: (f) Quality. 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. (g) Environmental. This may BS EN ISO 14001:2004 (Environmental Management Systems) ; Other accredited management system; or Own non-accredited management system. (h) Health and Safety. 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 of the contract that staff shall be qualified appropriately to enable them to perform the works in accordance with the appropriate standards. 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) with demonstrable experience of working on civil/structural engineering construction/repair/refurbishment projects on live urban major roads; Site Manager - Minimum CITB site managers 5 Day Course with demonstrable experience of managing civil/structural engineering construction/repair/refurbishment projects on live urban major roads; Temporary Works Design Engineer - Chartered Engineer (IstructE/ICE); and Temporary Works CAT III Checker - Chartered Engineer (IstructE/ICE). 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 be accredited under the CSCS Scheme or equivalent; and economic operators or their subcontractors must be accredited under National Highway Sector Scheme (NHSS) 2B, 5A, 5B, 7, 12A/B, 14, 15, 16 and 17."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45221111",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the conclusion of the contract, the Contract will be entered into between the Scottish Ministers and the successful tenderer. The Contract terms and conditions will be based on ICE Conditions of Contract 5th Edition, with bespoke amendments. Each selected economic operator shall be invited to submit a Tender on the same contract terms. Each Economic Operator shall submit four paper copies (one marked \"ORIGINAL\" and three marked COPY 1, 2, or 3 as relevant) together with one data CD/DVD of the completed ESPD, in a sealed package to arrive by no later than 12 noon BST/GMT on 5 Jan 2017 to the following addressee and address: Procurement Support Manager, Transport Scotland, Buchanan House, 58 Port Dundas Road, Glasgow, G4 0HF, UK The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation out with the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance with achieving the specified deadline is the sole responsibility of the economic operator. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. Any request by economic operators for clarification of any part of the documentation, which relate to the ESPD submission, shall be made through the Public Contracts Scotland portal. The deadline to submit clarifications is 1200hrs GMT on 13 December 2016. Neither Transport Scotland nor the Scottish Ministers shall be responsible in any way to Economic Operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from Transport Scotland or the Scottish Ministers shall not entitle Economic Operators to qualify their submission. The Scottish Ministers reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process. Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the competition. Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and / or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002. (SC Ref:521966)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000471491"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000471491"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/TRBO/WKS/2016/04",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/TRBO/WKS/2016/04",
            "awardID": "TS/TRBO/WKS/2016/04",
            "status": "active",
            "dateSigned": "2017-07-31T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2016/S 229-416925"
        }
    ]
}