Notice Information
Notice Title
Forth Road Bridge: Replacement of Expansion Joints
Notice Description
Transport Scotland wishes to appoint a suitably experienced contractor to undertake the replacement of the expansion joints on the Forth Road Bridge (the "Works").
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 Principal Contractor to undertake the replacement of the expansion joints on the Forth Road Bridge. 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 (the "Regulations"). Due to project complexity, the project requires to be performed by a single contractor and as such will not be divided into lots. To be considered for the contract, economic operators are required to complete the European Single Procurement Document (ESPD) in accordance with this notice. Economic operators shall be evaluated in accordance with the Regulations on the basis of the information they have been 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 reinforced concrete slabs on the side spans. The truss is supported by two aerially spun cables each of approximately 590mm diameter. The main expansion joints are located at the north and south main towers. These are of the "roller shutter" or rolling leaf type and were developed, fabricated and installed by the German firm Demag AG. These joints are believed to be the largest and oldest of their type in existence. The replacement joints will be a modified version of the same type of joint. While the carriageway closures are in place for the replacement of the main expansion joints and the adjacent footway/cycleway joints it is also proposed to undertake the replacement of the comb joints on the north and south approach viaducts, and the nosing joints at the north and south side towers. The replacement of the footway/cycleway expansion joints on the approach viaducts will also be undertaken. The principal elements of the works will comprise, but will not be limited to: - Replacement of the carriageway expansion joints at the north and south main towers. - Replacement of the carriageway expansion joints on the north and south approach viaducts - Replacement of the carriageway nosing joints at the north and south side towers - Replacement of the footway/cycleway joints at the north and south main towers - Replacement of the footway/cycleway joints at the north and south approach viaducts - Provision of as constructed information - Provision of the Health & 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 Regulations.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000471683
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB309327
- 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
45221000 - Construction work for bridges and tunnels, shafts and subways
45221100 - Construction work for bridges
45221110 - Bridge construction work
45221111 - Road bridge construction work
45221115 - Construction work for steel bridges
Notice Value(s)
- Tender Value
- £9,000,000 £1M-£10M
- Lots Value
- £9,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 6 Feb 20188 years ago
- Submission Deadline
- 1 Mar 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 2 Feb 20188 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND SOUTH EAST
- Additional Buyers
- Contact Name
- Ian McFetridge, Paul Mellon, Peter Renfrew
- Contact Email
- ian.mcfetridge@transport.gov.scot, paul.mellon@transport.gov.scot
- Contact Phone
- +44 1412727100, +44 1412727107, +44 1412727271, +44 1412727463
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
- TLM75 City of Edinburgh
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN271115&idx=4
9th February 2017 - Economic and Financial Standing Evaluation Criteria Ratios and Scoring -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN271115&idx=2
31st January 2017 - Forth Roads Bridge Replacement of Expansion Joints ESPD -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN271115&idx=3
31st January 2017 - Forth Roads Bridge Replacement of Expansion Joints ESPD -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN271115
Forth Road Bridge: Replacement of Expansion Joints - Transport Scotland wishes to appoint a suitably experienced contractor to undertake the replacement of the expansion joints on the Forth Road Bridge (the "Works"). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB309327
Forth Road Bridge: Replacement of Expansion Joints - Transport Scotland wishes to appoint a suitably experienced contractor to undertake the replacement of the expansion joints on the Forth Road Bridge (the "Works").
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-r6ebe6-0000471683-2018-02-06T00:00:00Z",
"date": "2018-02-06T00:00:00Z",
"ocid": "ocds-r6ebe6-0000471683",
"initiationType": "tender",
"parties": [
{
"id": "org-6",
"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 0DX"
},
"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"
],
"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-7",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House",
"locality": "Glasgow",
"postalCode": "G4 0DX"
},
"contactPoint": {
"telephone": "+44 1412727100",
"faxNumber": "+44 1412727272",
"url": "http://www.transportscotland.gsi.gov.uk"
},
"roles": [
"reviewBody",
"buyer"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-67",
"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 0DX"
},
"contactPoint": {
"name": "Peter Renfrew",
"email": "Ian.McFetridge@transport.gov.scot",
"telephone": "+44 1412727107",
"faxNumber": "+44 1412727373",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-31",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Paul Mellon",
"email": "paul.mellon@transport.gov.scot",
"telephone": "+44 1412727463",
"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.transport.gov.scot"
}
}
],
"buyer": {
"name": "Transport Scotland South East",
"id": "org-67"
},
"tender": {
"id": "TS/TRBO/WKS/2016/05",
"title": "Forth Road Bridge: Replacement of Expansion Joints",
"description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake the replacement of the expansion joints on the Forth Road Bridge (the \"Works\").",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45221111",
"scheme": "CPV"
},
{
"id": "45221115",
"scheme": "CPV"
},
{
"id": "45221000",
"scheme": "CPV"
},
{
"id": "45221100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Forth Road Bridge, South Queensferry, EH30 9SF, UK"
},
"deliveryAddresses": [
{
"region": "UKM25"
},
{
"region": "UKM75"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 9000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2017-03-01T12:00:00Z"
},
"documents": [
{
"id": "JAN271115",
"documentType": "contractNotice",
"title": "Forth Road Bridge: Replacement of Expansion Joints",
"description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake the replacement of the expansion joints on the Forth Road Bridge (the \"Works\").",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN271115",
"format": "text/html"
},
{
"id": "JAN271115-2",
"title": "Forth Roads Bridge Replacement of Expansion Joints ESPD",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN271115&idx=2",
"datePublished": "2017-01-30T09:13:48Z",
"dateModified": "2017-01-31T09:09:53Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JAN271115-3",
"title": "Forth Roads Bridge Replacement of Expansion Joints ESPD",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN271115&idx=3",
"datePublished": "2017-01-31T09:09:53Z",
"dateModified": "2017-01-31T09:09:53Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JAN271115-4",
"title": "Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN271115&idx=4",
"datePublished": "2017-02-09T13:16:20Z",
"dateModified": "2017-02-09T13:16:20Z",
"format": "application/pdf"
},
{
"id": "FEB309327",
"documentType": "awardNotice",
"title": "Forth Road Bridge: Replacement of Expansion Joints",
"description": "Transport Scotland wishes to appoint a suitably experienced contractor to undertake the replacement of the expansion joints on the Forth Road Bridge (the \"Works\").",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB309327",
"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 Principal Contractor to undertake the replacement of the expansion joints on the Forth Road Bridge. 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 (the \"Regulations\"). Due to project complexity, the project requires to be performed by a single contractor and as such will not be divided into lots. To be considered for the contract, economic operators are required to complete the European Single Procurement Document (ESPD) in accordance with this notice. Economic operators shall be evaluated in accordance with the Regulations on the basis of the information they have been 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 reinforced concrete slabs on the side spans. The truss is supported by two aerially spun cables each of approximately 590mm diameter. The main expansion joints are located at the north and south main towers. These are of the \"roller shutter\" or rolling leaf type and were developed, fabricated and installed by the German firm Demag AG. These joints are believed to be the largest and oldest of their type in existence. The replacement joints will be a modified version of the same type of joint. While the carriageway closures are in place for the replacement of the main expansion joints and the adjacent footway/cycleway joints it is also proposed to undertake the replacement of the comb joints on the north and south approach viaducts, and the nosing joints at the north and south side towers. The replacement of the footway/cycleway expansion joints on the approach viaducts will also be undertaken. The principal elements of the works will comprise, but will not be limited to: - Replacement of the carriageway expansion joints at the north and south main towers. - Replacement of the carriageway expansion joints on the north and south approach viaducts - Replacement of the carriageway nosing joints at the north and south side towers - Replacement of the footway/cycleway joints at the north and south main towers - Replacement of the footway/cycleway joints at the north and south approach viaducts - Provision of as constructed information - Provision of the Health & 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 Regulations.",
"status": "complete",
"value": {
"amount": 9000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 450
},
"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": "2017-05-05T00:00:00Z"
},
"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. 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 and Certification 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. 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 In accordance with the 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 to 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. Where such information may not be obtained via the mains described in regulation 60.(11)(a) of the Regulations economic operators are required to submit copies. This information is 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 and 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 answer) 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 should specify their 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 are 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. 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 and under Question 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) to (b): Within the last 5 years, have you undertaken: (a) the role of Principal Contractor on a major steel bridge repair/refurbishment contract, similar in terms of size, nature, scope and complexity to the Works? If answered YES, please provide details. (b) works on a bridge similar in terms of size, nature, scope and complexity to the Works which involved working at height and/or over water? 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 a major bridge, 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 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 ISO9001:2000 (Quality Management Systems); Other accredited management system; or Own non-accredited management system. (g) Environmental. This may BS EN ISO14001:2004 (Environmental Management Systems) ; Other accredited management system; or Own non-accredited management system. (h) Health and Safety. This may BS EN ISO18001:2007 (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 of Principal Contractor under the CDM Regulations and confirm that 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/IMechE) with demonstrable experience of working on civil/structural engineering construction/repair/refurbishment projects on major bridges or other structures similar in terms of size, nature, scope and complexity to the Works; Site Manager - Minimum CITB site managers 5 Day Course with demonstrable experience of managing civil/structural engineering construction/repair/refurbishment projects on major bridges or other structures similar to the Works; Temporary Works Design Engineer - Chartered Engineer (IStructE/ICE/IMechE); Temporary Works CAT III Checker - Chartered Engineer (IStructE/ICE/IMechE). 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 the economic operators must be certified under the steel Construction Certification Scheme; certified under The Register of Qualified Steelwork Contractors Scheme for Bridgeworks (RQSC) (Grade CM); all site staff to be accredited under the CSCS Scheme or equivalent; must have a minimum of execution class EXC3; and in performing the project provide assurance that all fabricated and completed steelwork shall be CE Marked."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45221110",
"scheme": "CPV"
},
"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,or3 as relevant) together with a data CD/DVD of the completed ESPD, in a sealed package to arrive by no later than 12 noon GMT on Wednesday 01 March 2017 to the following 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 12 noon GMT on Friday 17 February 2017. 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:529431)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000471683"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000471683"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "TS/TRBO/WKS/2016/05-1",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "TS/TRBO/WKS/2016/05-1",
"awardID": "TS/TRBO/WKS/2016/05-1",
"status": "active",
"dateSigned": "2018-02-02T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 021-034728"
}
]
}