Award

A9 Dualling: Advance Works Framework Agreement

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

26 Apr 2021 at 00:00

Tender

06 Jul 2017 at 00:00

Summary of the contracting process

The procurement process, initiated by Transport Scotland, is aimed at establishing an "A9 Dualling: Advance Works Framework Agreement" for various ancillary works along the A9 between Perth and Inverness. This procurement falls under the works category and has been classified under the selective procurement method in accordance with the Restricted Procedure. The framework is designed to operate over a four-year period, divided into three lots according to the value of the works, ranging from up to GBP 250,000 to GBP 2 million excluding piling, with specific key dates including a submission deadline that has already passed. The primary location for the works is in the vicinity of the A9, in the UK region UKM77.

This framework presents significant opportunities for businesses focusing on construction and civil engineering, particularly those with expertise in infrastructure projects. As the framework is open to multiple suppliers across varying work packages, SMEs and larger construction firms can both find suitable lots to engage in. Firms capable of managing diverse projects, including site clearance, property demolition, and drainage works, may excel in this tender process. The approach encourages companies to showcase their strengths, provided they meet the necessary quality and financial criteria specified by Transport Scotland.

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

A9 Dualling: Advance Works Framework Agreement

Notice 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 identified a requirement to appoint suitably experienced contractors to perform various ancillary works in the vicinity of the A9 between Perth and Inverness, in advance of the A9 Dualling Schemes. It has been concluded that this requirement would be best met through a multi-supplier framework agreement over a 4 years period, whereby works of varying size, value and complexity could be individually called-off as required. To accommodate the various work types, the framework will be divided into lots: Lot 1 (works up to GBP 250k excluding piling); Lot 2 (works between GBP 250k and GBP 2m excluding piling); and Lot 3 (piling works up to GBP 350k)

Lot Information

Lot 1

Lot 1 will include for individual work packages up to a value of GBP 250,000. Such work packages may include, but are not limited to, site clearance, tree felling, property demolition, access tracks, lay-bys, hard-standings, fencing, ducting, drainage, retaining walls, ground works, utility diversions, waterway diversions, footpath/cycleways, culverts, landscaping, signage and minor road or junction construction. Lot 1 excludes piling works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.

Lot 2

Lot 2 will include for individual work packages with a value greater than GBP 250,000, up to GBP 2,000,000. Work activities may include, but are not limited to, site clearance, tree felling, property demolition, access tracks, lay-bys, hard-standings, fencing, ducting, drainage, retaining walls, ground works, utility diversions, waterway diversions, footpath/cycleways, culverts, landscaping, bridge works, signage and minor road or junction construction. Lot 2 excludes piling works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.

Lot 3

Lot 3 will include for individual work packages up to a value of GBP 350,000. Work activities will primarily be sheet piling works, but may be extended to other piling or ground works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000492919
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412987
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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

45 - Construction work

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services


CPV Codes

44212400 - Piling

44212410 - Sheet piling

45110000 - Building demolition and wrecking work and earthmoving work

45111230 - Ground-stabilisation work

45221220 - Culverts

45232450 - Drainage construction works

45233100 - Construction work for highways, roads

45233120 - Road construction works

45233161 - Footpath construction work

45233162 - Cycle path construction work

45233226 - Access road construction work

45233290 - Installation of road signs

45340000 - Fencing, railing and safety equipment installation work

77211300 - Tree-clearing services

Notice Value(s)

Tender Value
£10,000,000 £10M-£100M
Lots Value
£10,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£10,000,000 £10M-£100M

Notice Dates

Publication Date
26 Apr 20214 years ago
Submission Deadline
9 Aug 2017Expired
Future Notice Date
Not specified
Award Date
7 Mar 20187 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
Contact Name
Niamh Callaghan
Contact Email
niamh.callaghan@transport.gov.scot, patrick.brassil@transport.gov.scot
Contact Phone
+44 1412727583

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
TLM77 Perth and Kinross, and Stirling

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

Supplier Information

Number of Suppliers
8
Supplier Names

I & H BROWN

JOHN PAUL CONSTRUCTION

MCGOWAN ENVIRONMENTAL ENGINEERING

MORRISON CONSTRUCTION

RJ MCLEOD (CONTRACTORS

ROBERSTON CONSTRUCTION GROUP

STORY CONTRACTING

WILLS BROS CIVIL ENGINEERING

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-r6ebe6-0000492919-2021-04-26T00:00:00Z",
    "date": "2021-04-26T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000492919",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-25",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Niamh Callaghan",
                "email": "Niamh.Callaghan@transport.gov.scot",
                "telephone": "+44 1412727583",
                "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.transport.gov.scot"
            }
        },
        {
            "id": "org-53",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "patrick.brassil@transport.gov.scot",
                "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-54",
            "name": "Story Contracting Ltd",
            "identifier": {
                "legalName": "Story Contracting Ltd"
            },
            "address": {
                "streetAddress": "Grove House, Kilmartin Place, Tannochside Business Park",
                "locality": "Uddingston",
                "region": "UKM",
                "postalCode": "G71 5PH"
            },
            "contactPoint": {
                "telephone": "+44 1412124434"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-55",
            "name": "I & H Brown Ltd",
            "identifier": {
                "legalName": "I & H Brown Ltd"
            },
            "address": {
                "streetAddress": "PO Box 51, Dunkeld Road",
                "locality": "Perth",
                "region": "UKM77",
                "postalCode": "PH1 3YD"
            },
            "contactPoint": {
                "telephone": "+44 1738494491"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-56",
            "name": "McGowan Environmental Engineering Ltd",
            "identifier": {
                "legalName": "McGowan Environmental Engineering Ltd"
            },
            "address": {
                "streetAddress": "Unit 16a, Dalfaber Industrial Estate",
                "locality": "Aviemore",
                "region": "UKM",
                "postalCode": "PH22 1ST"
            },
            "contactPoint": {
                "telephone": "+44 1479812170"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-57",
            "name": "RJ McLeod (Contractors) Ltd",
            "identifier": {
                "legalName": "RJ McLeod (Contractors) Ltd"
            },
            "address": {
                "streetAddress": "2411 London Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G32 8XT"
            },
            "contactPoint": {
                "telephone": "+44 1417642411"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-58",
            "name": "Wills Bros Civil Engineering Ltd",
            "identifier": {
                "legalName": "Wills Bros Civil Engineering Ltd"
            },
            "address": {
                "streetAddress": "Maxim 3, Maxim Business Park",
                "locality": "Motherwell",
                "region": "UK",
                "postalCode": "ML1 4WQ"
            },
            "contactPoint": {
                "telephone": "+44 1698479230",
                "faxNumber": "+44 1698479230"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-59",
            "name": "Roberston Construction Group Ltd",
            "identifier": {
                "legalName": "Roberston Construction Group Ltd"
            },
            "address": {
                "streetAddress": "Robertson House, Castle Business Park",
                "locality": "Stirling",
                "region": "UKM",
                "postalCode": "FK9 4TZ"
            },
            "contactPoint": {
                "telephone": "+44 1786436064"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-60",
            "name": "John Paul Construction",
            "identifier": {
                "legalName": "John Paul Construction"
            },
            "address": {
                "streetAddress": "Dundrum Business Park, Dundrum Road",
                "locality": "Dublin",
                "region": "UK",
                "postalCode": "Dublin 12"
            },
            "contactPoint": {
                "telephone": "+353 12156100"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-61",
            "name": "Morrison Construction",
            "identifier": {
                "legalName": "Morrison Construction"
            },
            "address": {
                "streetAddress": "Grange House, West Mains Road",
                "locality": "Grangemouth",
                "region": "UK",
                "postalCode": "FK3 8YE"
            },
            "contactPoint": {
                "telephone": "+44 1324483555",
                "faxNumber": "+44 1324496128"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-62",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-53"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000492919",
        "title": "A9 Dualling: Advance Works Framework Agreement",
        "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 identified a requirement to appoint suitably experienced contractors to perform various ancillary works in the vicinity of the A9 between Perth and Inverness, in advance of the A9 Dualling Schemes. It has been concluded that this requirement would be best met through a multi-supplier framework agreement over a 4 years period, whereby works of varying size, value and complexity could be individually called-off as required. To accommodate the various work types, the framework will be divided into lots: Lot 1 (works up to GBP 250k excluding piling); Lot 2 (works between GBP 250k and GBP 2m excluding piling); and Lot 3 (piling works up to GBP 350k)",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45110000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45232450",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45340000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233161",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233162",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233226",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233290",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77211300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM27"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45110000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45232450",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45340000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233161",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233162",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233226",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233290",
                        "scheme": "CPV"
                    },
                    {
                        "id": "77211300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM27"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "44212400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44212410",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45111230",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM27"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2017-08-09T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL288865",
                "documentType": "contractNotice",
                "title": "A9 Dualling: Advance Works Framework Agreement",
                "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 a requirement to appoint suitably experienced contractors to perform various ancillary works in the vicinity of the A9 between Perth and Inverness, in advance of the A9 Dualling Schemes. It has been concluded that this requirement would be best met through a multi-supplier framework agreement over a 4 years period, whereby works of varying size, value and complexity could be individually called-off as required. To accommodate the various work types, the framework will be divided into lots: Lot 1 (works up to GBP 250k excluding piling); Lot 2 (works between GBP 250k and GBP 2m excluding piling); and Lot 3 (piling works up to GBP 350k) The framework agreement shall be procured through a competitive tender procedure, in accordance with the Restricted Procedure as provided for in the Public Contracts (Scotland) Regulations 2015.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL288865",
                "format": "text/html"
            },
            {
                "id": "JUL288865-1",
                "title": "ESPD v.1.9 - A9 Dualling - Advance Works Framework",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL288865&idx=1",
                "datePublished": "2017-07-10T09:02:58Z",
                "dateModified": "2017-07-10T09:02:58Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL288865-2",
                "title": "ESPD v.1.9 - A9 Dualling - Advance Works Framework",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL288865&idx=2",
                "datePublished": "2017-07-10T09:02:58Z",
                "dateModified": "2017-07-10T09:02:58Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL288865-3",
                "title": "Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL288865&idx=3",
                "datePublished": "2017-07-12T13:35:05Z",
                "dateModified": "2017-07-12T13:35:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL288865-4",
                "title": "ESPD Bulletin 1 - SUBMISSION OF ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL288865&idx=4",
                "datePublished": "2017-08-08T16:02:37Z",
                "dateModified": "2017-08-08T16:02:37Z",
                "format": "application/msword"
            },
            {
                "id": "APR412987",
                "documentType": "awardNotice",
                "title": "A9 Dualling: Advance Works Framework Agreement",
                "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 identified a requirement to appoint suitably experienced contractors to perform various ancillary works in the vicinity of the A9 between Perth and Inverness, in advance of the A9 Dualling Schemes. It has been concluded that this requirement would be best met through a multi-supplier framework agreement over a 4 years period, whereby works of varying size, value and complexity could be individually called-off as required. To accommodate the various work types, the framework will be divided into lots: Lot 1 (works up to GBP 250k excluding piling); Lot 2 (works between GBP 250k and GBP 2m excluding piling); and Lot 3 (piling works up to GBP 350k)",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412987",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1",
                "description": "Lot 1 will include for individual work packages up to a value of GBP 250,000. Such work packages may include, but are not limited to, site clearance, tree felling, property demolition, access tracks, lay-bys, hard-standings, fencing, ducting, drainage, retaining walls, ground works, utility diversions, waterway diversions, footpath/cycleways, culverts, landscaping, signage and minor road or junction construction. Lot 1 excludes piling works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.",
                "status": "complete",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "The tenderers approach to execution of the Works, how they would manage their sub-contractors, comprehension of risks associated with the Works and community benefits.",
                            "description": "20"
                        },
                        {
                            "type": "cost",
                            "name": "The Comparative Cost of Tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents.",
                            "description": "80"
                        }
                    ]
                }
            },
            {
                "id": "2",
                "title": "Lot 2",
                "description": "Lot 2 will include for individual work packages with a value greater than GBP 250,000, up to GBP 2,000,000. Work activities may include, but are not limited to, site clearance, tree felling, property demolition, access tracks, lay-bys, hard-standings, fencing, ducting, drainage, retaining walls, ground works, utility diversions, waterway diversions, footpath/cycleways, culverts, landscaping, bridge works, signage and minor road or junction construction. Lot 2 excludes piling works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.",
                "status": "complete",
                "value": {
                    "amount": 6000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "The tenderers approach to: execution of the Works; how they would manage their sub-contractors; comprehension of risks associated with the Works and community benefits.",
                            "description": "20"
                        },
                        {
                            "type": "cost",
                            "name": "The Comparative Cost of Tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents.",
                            "description": "80"
                        }
                    ]
                }
            },
            {
                "id": "3",
                "title": "Lot 3",
                "description": "Lot 3 will include for individual work packages up to a value of GBP 350,000. Work activities will primarily be sheet piling works, but may be extended to other piling or ground works. Work packages may be called-off from the framework agreement over its 4 year period. It is intended that call-offs shall be on the basis of mini-competitions.",
                "status": "complete",
                "value": {
                    "amount": 1000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 8,
                    "maximumCandidates": 8
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "The tenderers approach to: execution of the Works; how they would manage their sub-contractors; comprehension of risks associated with the Works and community benefits.",
                            "description": "20"
                        },
                        {
                            "type": "cost",
                            "name": "The Comparative Cost of Tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents.",
                            "description": "80"
                        }
                    ]
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 3
        },
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of each Contractor on a regular basis. In the event that a Contractor's performance falls below a satisfactory level, the Contractor will be invited to determine a means of rectifying the situation. Repeated or continual performance failures may result in suspension or termination of the contract and/or removal from the Framework."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-09-04T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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) (i.e. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. For specific work package orders, relevant sector scheme accreditation may be requested. Construction staff shall require to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent. Economic Operators must provide accreditation details under Question Ref. 4C.6. Standards and Specification Subject to the other provisions of the Contract, the standards and specifications with which the Contractor shall comply will include: - Department for Transport Standards for Highways, specifically: Design Manual for Roads and Bridges (DMRB), Manual of Contract Documents for Highway Works (MCHW) and Transport Scotland Interim Amendments (TSIA) - Eurocodes; - BS EN and BS EN ISO standards relating to construction of road schemes including earthworks; - BS Codes of Practice relating to construction of road schemes including earthworks; - Other Non-Conflicting Complementary Information (NCCI). Construction (Design and Management) Regulations 2015 (CDM 2015) It is intended that, the successful tenderer for each call off contract shall fulfil the duties of Principal Contractor under CDM 2015. Therefore, economic operators shall be required to satisfy the Scottish Ministers as to their competence, resources and willingness to be appointed as Principal Contractor and fulfil those duties in accordance with CDM 2015 (refer to III.1.3)."
                },
                {
                    "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 ESPD, Question Ref. 4B.1.1 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 ESPD, 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 ESPD, 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 ESPD, Question Ref. 4B.4 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, with the most recent (\"Year 1\") financial statements weighted at 67% and the previous (\"Year 2\") statements 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 Economic and Financial Standing Evaluation Criteria Ratios and Scoring criteria can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. 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. Insurance (Question Ref. 4B.5) In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Question Ref. 4B.5.1 Employer's Liability Insurance = GBP 10 000 000 Question Ref. 4B.5.2 A minimum of GBP 10 million insurance against the Contractor's liability for loss of or damage to property (except the works, Plant and Materials and Equipment) and for bodily injury to or death of a person (not an employee of the Contractor) arising from or in connection with the Contractor's Providing the Works. 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, and shall not be considered further in this procurement competition."
                },
                {
                    "type": "technical",
                    "description": "ESPD Ref. 4C.1, Economic operators shall be required to insert suitable responses to Statements (a) to (h) below, 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). A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Statements (a) (b) and (c) are specific to Lots 1, 2 and 3 respectively. Economic operators should provide responses to the statements applicable to which lots they are applying for. Responses should be provided using Table 1. Responses to Statements (a) (b) and (c) 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 respective lot within the competition. Statement (d) is not scored but is required to be completed in order to answer Statements (e) to (h). Responses should be provided using Table 1. The responses to Statements (e) to (h) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: -Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion (0-2 Unacceptable); -Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability (3-4 Weak); -Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature (5-6 Acceptable); -Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (7-8 Good); -Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (9-10 Excellent). An ESPD shall be marked as a FAIL and will not be considered further if the score achieved for any statement is less than or equal to 2. Where a response is greater than 2 it shall be weighted in order to calculate a score out of 100 for the 4 statements. Responses to Statement (e) to (h) should be provided using Table 2. Under ESPD Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (i), (j), and (k) demonstrating that they have in place 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 ESPD Ref. 4D.1 economic operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (i), (j), and (k) shall be assessed on a PASS or FAIL basis. Economic Operators who obtain a FAIL in either of their responses shall not be considered further in this competition.. Under ESPD Ref. 4C.6 economic operators shall be required to insert a suitable response to Statement (l) demonstrating they have the requisite experience to perform the role of Principal Contractor under CDM 2015 and are prepared to accept such appointment under the contract. The response to Statement (l) shall be assessed on the basis of PASS or FAIL. Economic operators who fail to provide suitable experience or satisfy these minimum standards shall not be considered further in this competition.",
                    "minimum": "Statement (a) - Within the last 5 years have you constructed civil works on an infrastructure project to the value of at least GBP 200k in 2017 prices exclusive of VAT?; Statement (b) - Within the last 5 years have you constructed a road project to the value of at least GBP 1.5M in 2017 prices exclusive of VAT?; Statement (c) - Within the last 5 years have you constructed piling works near or within an environmentally sensitive watercourse of a value of at least GBP 100k? Note: The responses to Statements (d) to (h) inclusive shall have predominantly been carried out in the last 5 years. Statement (d) - Provide information on no more than 6 \"reference projects\" which reflect similar works in terms of scope and size to the Lots you are applying for, detailing your role and the scope of the services performed. (Max 500 Words per reference project) Statement (e) - Project management and supervision (Weighting 25%; Max 750 words) Provide details of staff and team structures used effectively on one or more reference projects which demonstrated: capability to deliver on time and budget; measures taken to ensure a positive health and safety culture on site; evidence of liaison with client, designer and supervision in order to produce best construction and financial results; and integration with local or specialist contractors when appropriate. Statement (f) - Stakeholder engagement (Weighting 25%; Max 750 words) Using examples from the reference projects, provide details of approach on working with, managing and interfacing with, key stakeholders to ensure that the rights, interests and requirements of all parties are protected and delivered, including: evidence of the approaches to consultation with key stakeholders such as statutory bodies, local authorities, landowners and local communities; evidence of the development of mutual value; and benefits achieved as a result. Statement (g) - Environment (Weighting 25%; Max 750 words) - Provide details of approach used on the reference projects to minimise and mitigate the impact on the local community and the wider environment. The response should provide: details of specific mitigation measures adopted; how the effectiveness of these measures was assessed; and any positive impacts on the local community or environment. Statement (h) - Fair Working Practices (Weighting 25%; Max 750 words) Provide details of a commitment to fair working practices. The response should provide: evidence of a fair and equal pay policy which commits to paying at least the Living Wage; evidence of the provision of staff welfare facilities; commitment to promoting equalities; and details of employee training initiatives (i.e. skill development, apprenticeships). Statement (i) - Quality Management System. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2015 (Quality Management Systems); Other accredited management system; or Own non-accredited management system. Statement (j) - Environmental Management System. This may BS EN ISO 14001:2015 (Environmental Management Systems) ; Other accredited management system; or Own non-accredited management system. Statement (k) - 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 (l) - It is the intention that, if awarded a call-off contract, the Contractor shall be appointed the role of Principal Contractor under CDM 2015. Provide evidence to demonstrate competence in this role and also confirm that you are willing to accept this appointment."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 12
            }
        },
        "classification": {
            "id": "45233100",
            "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,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:580301)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000492919"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000492919"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "ocds-r6ebe6-0000492919-1",
            "title": "Lot 1",
            "suppliers": [
                {
                    "id": "org-54",
                    "name": "Story Contracting Ltd"
                },
                {
                    "id": "org-55",
                    "name": "I & H Brown Ltd"
                },
                {
                    "id": "org-56",
                    "name": "McGowan Environmental Engineering Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "ocds-r6ebe6-0000492919-2",
            "title": "Lot 2",
            "suppliers": [
                {
                    "id": "org-57",
                    "name": "RJ McLeod (Contractors) Ltd"
                },
                {
                    "id": "org-58",
                    "name": "Wills Bros Civil Engineering Ltd"
                },
                {
                    "id": "org-59",
                    "name": "Roberston Construction Group Ltd"
                },
                {
                    "id": "org-54",
                    "name": "Story Contracting Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "ocds-r6ebe6-0000492919-3",
            "title": "Lot 3",
            "suppliers": [
                {
                    "id": "org-60",
                    "name": "John Paul Construction"
                },
                {
                    "id": "org-61",
                    "name": "Morrison Construction"
                }
            ],
            "relatedLots": [
                "3"
            ]
        }
    ],
    "contracts": [
        {
            "id": "ocds-r6ebe6-0000492919-1",
            "awardID": "ocds-r6ebe6-0000492919-1",
            "title": "Lot 1",
            "status": "active",
            "value": {
                "amount": 3000000,
                "currency": "GBP"
            },
            "dateSigned": "2018-03-07T00:00:00Z"
        },
        {
            "id": "ocds-r6ebe6-0000492919-2",
            "awardID": "ocds-r6ebe6-0000492919-2",
            "title": "Lot 2",
            "status": "active",
            "value": {
                "amount": 6000000,
                "currency": "GBP"
            },
            "dateSigned": "2019-04-17T00:00:00Z"
        },
        {
            "id": "ocds-r6ebe6-0000492919-3",
            "awardID": "ocds-r6ebe6-0000492919-3",
            "title": "Lot 3",
            "status": "active",
            "value": {
                "amount": 1000000,
                "currency": "GBP"
            },
            "dateSigned": "2018-10-08T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 129-262935"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "114",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            },
            {
                "id": "115",
                "measure": "bids",
                "value": 6,
                "relatedLot": "2"
            },
            {
                "id": "116",
                "measure": "bids",
                "value": 2,
                "relatedLot": "3"
            }
        ]
    }
}