Tender

A737 The Den Realignment

TRANSPORT SCOTLAND

This public procurement record has 1 release in its history.

Tender

31 May 2017 at 00:00

Summary of the contracting process

Transport Scotland is seeking tenders for the “A737 The Den Realignment” project, which involves the design, construction, completion, and maintenance of approximately 1km of new single carriageway on the A737 between Beith and Dalry, North Ayrshire. This contract, valued at £5 million, is currently at the active tender stage and submissions are due by 12:00 noon BST on 12 July 2017. The bidding process for this project follows a selective procurement method, specifically a competitive dialogue procedure, and involves stringent criteria regarding the qualifications and experience of the contractors.

This project presents significant opportunities for businesses in the construction and infrastructure sectors, particularly those experienced in trunk road projects and environmental mitigation. Contractors with competencies in engineering, road construction, and project management are well suited to compete, especially those holding relevant accreditations and certifications as outlined in the procurement documents. The inclusion of community benefit requirements also opens avenues for SMEs and other local enterprises to participate in subcontracting and supply chain initiatives aimed at fostering economic growth within the region.

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

D3 Tenders Premium

Win More Public Sector Contracts

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

Notice Title

A737 The Den Realignment

Notice Description

Design, construction, completion and maintenance of approximately 1km of new A737 single carriageway at The Den, between Beith and Dalry, North Ayrshire. The proposed cross section is an S2 - Two Lane Single Carriageway Trunk Road as described in the Design Manual for Roads and Bridges. Works include, but are not limited to, online widening, and offline realignment, of the existing A737 to rural single carriageway (S2) standard, construction of side road junctions including one ghost-island right-turning lane, earthworks including areas of peat consolidation, drainage, road signs & markings, road restraint systems, accommodation works, public utilities, environmental mitigation, a 5 year maintenance period for landscaping and defect rectification following completion. The successful tenderer will not be required to carry out cyclic maintenance. To register your interest in this notice and obtain additional information please visit the following website:

Lot Information

Lot 1

Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint a suitably experienced economic operator (a "Contractor") to design & build the A737 The Den Realignment located between Beith and Dalry in North Ayrshire, approximately 2.5km south of Manrahead Roundabout, Beith (the "Contract"). It is intended that the Contract will include the design and construction of the works. The construction will last approximately 1 year, followed by a 5 year period of maintenance for landscaping and defect rectification. Transport Scotland will manage the proposed procurement process for the A737 The Den Realignment Contract on behalf of the Scottish Ministers. In the event of the contract award, the Contract will be entered into between the Scottish Ministers and the successful tenderer. The Contract terms and conditions will be based upon Transport Scotland's bespoke design and build contract. Each selected economic operator shall be invited to submit a tender on the same contract terms. The Contractor will be procured through a competitive tender procedure, in accordance with the competitive dialogue procedure as provided for 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. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). Requirement The scope of works will include, but not limited to: - The design and construction of online widening and offline realignment of the existing A737 to rural single carriageway (S2) standard including ghost-island right-turning lane; - The design and construction of new side road and access road junctions associated with the new offline realignment of the A737 trunk road; - The design and construction of earthworks including areas of peat at either end of the realignment at the tie-ins with the existing road where the potential for differential settlement must be resolved; - Diversionary works for Statutory Undertakers and the like; - Environmental and landscaping mitigation measures; - Construction of a Sustainable Drainage System (SuDS) including retention basins and swales; - Stopping up of existing direct accesses and alternative provision made with alternative new means of access; - Traffic management; - Accommodation works; and - All other works associated with a trunk road improvement. Further details pertaining to the technical details of this requirement are contained within the Supplementary Information Document , which can be accessed via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. Project Bank Account It is the intention that the project will operate a mandatory Project Bank Account (PBA), a project specific account ring fenced with effective Trust status, for payment of the Contractor and his supply chain. The account shall be opened by the Scottish Ministers with The Royal Bank of Scotland under the Banking Services Framework defined at http://www.gov.scot/Topics/Government/Procurement/directory/pscontractcentgovt/BankingServices and in addition it is intended that the PBA shall satisfy the minimum requirements for an effectively constituted Trust under Scots law. The use of a PBA by the Contractor shall be a contractual requirement. Any sub-contractors for which it is agreed shall not be paid through the PBA shall be entitled to payment according to the prompt payment provisions provided within the Contract.. 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-r6ebe6-0000495049
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN284852
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45221111 - Road bridge construction work

45221220 - Culverts

45233100 - Construction work for highways, roads

45233120 - Road construction works

45233124 - Trunk road construction work

45233125 - Road junction construction work

45233126 - Grade-separated junction construction work

45233162 - Cycle path construction work

45233224 - Dual carriageway construction work

45233226 - Access road construction work

45233227 - Slip road construction work

45233290 - Installation of road signs

Notice Value(s)

Tender Value
£5,000,000 £1M-£10M
Lots Value
£5,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
31 May 20178 years ago
Submission Deadline
12 Jul 2017Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
TRANSPORT SCOTLAND
Contact Name
Chris Carroll
Contact Email
chris.carroll@transport.gov.scot
Contact Phone
+44 1412727100

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
TLM33 Inverclyde, East Renfrewshire, and Renfrewshire

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-r6ebe6-0000495049-2017-05-31T00:00:00Z",
    "date": "2017-05-31T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000495049",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-18",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM34",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Chris Carroll",
                "email": "Chris.carroll@transport.gov.scot",
                "telephone": "+44 1412727100",
                "faxNumber": "+44 1412727272",
                "url": "http://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-18"
    },
    "tender": {
        "id": "TS/MTRIPS/WKS/2017/03",
        "title": "A737 The Den Realignment",
        "description": "Design, construction, completion and maintenance of approximately 1km of new A737 single carriageway at The Den, between Beith and Dalry, North Ayrshire. The proposed cross section is an S2 - Two Lane Single Carriageway Trunk Road as described in the Design Manual for Roads and Bridges. Works include, but are not limited to, online widening, and offline realignment, of the existing A737 to rural single carriageway (S2) standard, construction of side road junctions including one ghost-island right-turning lane, earthworks including areas of peat consolidation, drainage, road signs & markings, road restraint systems, accommodation works, public utilities, environmental mitigation, a 5 year maintenance period for landscaping and defect rectification following completion. The successful tenderer will not be required to carry out cyclic maintenance. To register your interest in this notice and obtain additional information please visit the following website:",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221111",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233124",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233125",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233126",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233162",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233224",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233226",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233227",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233290",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM33"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 5000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2017-07-12T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN284852",
                "documentType": "contractNotice",
                "title": "A737 The Den Realignment",
                "description": "Design, construction, completion and maintenance of approximately 1km of new A737 single carriageway at The Den, between Beith and Dalry, North Ayrshire. The proposed cross section is an S2 - Two Lane Single Carriageway Trunk Road as described in the Design Manual for Roads and Bridges. Works include, but are not limited to, online widening, and offline realignment, of the existing A737 to rural single carriageway (S2) standard, construction of side road junctions including one ghost-island right-turning lane, earthworks including areas of peat consolidation, drainage, road signs & markings, road restraint systems, accommodation works, public utilities, environmental mitigation, a 5 year maintenance period for landscaping and defect rectification following completion. The successful tenderer will not be required to carry out cyclic maintenance. To register your interest in this notice and obtain additional information please visit the following website:",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN284852",
                "format": "text/html"
            },
            {
                "id": "JUN284852-1",
                "title": "A737 The Den Realignment - Procurement - Supplementary Information Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284852&idx=1",
                "datePublished": "2017-06-02T11:10:27Z",
                "dateModified": "2017-06-02T11:10:27Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN284852-2",
                "title": "Economic and Financial Standing Evaluation Criteria - Ratio and Scoring",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284852&idx=2",
                "datePublished": "2017-06-02T11:10:28Z",
                "dateModified": "2017-06-02T11:10:28Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN284852-3",
                "title": "ESPD v19 - A737 The Den Realignment",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284852&idx=3",
                "datePublished": "2017-06-02T11:10:28Z",
                "dateModified": "2017-06-02T11:10:28Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN284852-4",
                "title": "Revised response to Question 3.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN284852&idx=4",
                "datePublished": "2017-06-18T21:17:16Z",
                "dateModified": "2017-06-18T21:17:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland on behalf of the Scottish Ministers has identified the requirement to appoint a suitably experienced economic operator (a \"Contractor\") to design & build the A737 The Den Realignment located between Beith and Dalry in North Ayrshire, approximately 2.5km south of Manrahead Roundabout, Beith (the \"Contract\"). It is intended that the Contract will include the design and construction of the works. The construction will last approximately 1 year, followed by a 5 year period of maintenance for landscaping and defect rectification. Transport Scotland will manage the proposed procurement process for the A737 The Den Realignment Contract on behalf of the Scottish Ministers. In the event of the contract award, the Contract will be entered into between the Scottish Ministers and the successful tenderer. The Contract terms and conditions will be based upon Transport Scotland's bespoke design and build contract. Each selected economic operator shall be invited to submit a tender on the same contract terms. The Contractor will be procured through a competitive tender procedure, in accordance with the competitive dialogue procedure as provided for 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. The ESPD can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). Requirement The scope of works will include, but not limited to: - The design and construction of online widening and offline realignment of the existing A737 to rural single carriageway (S2) standard including ghost-island right-turning lane; - The design and construction of new side road and access road junctions associated with the new offline realignment of the A737 trunk road; - The design and construction of earthworks including areas of peat at either end of the realignment at the tie-ins with the existing road where the potential for differential settlement must be resolved; - Diversionary works for Statutory Undertakers and the like; - Environmental and landscaping mitigation measures; - Construction of a Sustainable Drainage System (SuDS) including retention basins and swales; - Stopping up of existing direct accesses and alternative provision made with alternative new means of access; - Traffic management; - Accommodation works; and - All other works associated with a trunk road improvement. Further details pertaining to the technical details of this requirement are contained within the Supplementary Information Document , which can be accessed via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. Project Bank Account It is the intention that the project will operate a mandatory Project Bank Account (PBA), a project specific account ring fenced with effective Trust status, for payment of the Contractor and his supply chain. The account shall be opened by the Scottish Ministers with The Royal Bank of Scotland under the Banking Services Framework defined at http://www.gov.scot/Topics/Government/Procurement/directory/pscontractcentgovt/BankingServices and in addition it is intended that the PBA shall satisfy the minimum requirements for an effectively constituted Trust under Scots law. The use of a PBA by the Contractor shall be a contractual requirement. Any sub-contractors for which it is agreed shall not be paid through the PBA shall be entitled to payment according to the prompt payment provisions provided within the Contract.. 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": "active",
                "value": {
                    "amount": 5000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of the Contractor 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 performance failures may result in suspension or termination of the contract. Further details will be contained within the tender documents."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2017-08-16T00:00:00Z"
        },
        "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. Accreditation Economic operators or their appropriate 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; Scheme 12D Sector Scheme document for Installing, Maintaining and removing Temporary Traffic Management on rural and urban roads; NHSS 14 Production of Asphalt Mixes; NHSS 17 Vehicle Recovery at Highway Construction Sites. Or have in place equivalent accreditation under another European accreditation body. 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 which the Contractor shall comply will include: - UK Department for Transport Standards for Highways, specifically: i) Design Manual for Roads and Bridges (DMRB) ii) Manual of Contract Documents for Highway Works (MCHW) - 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 It is the intention that the completed scheme shall be BIM Level 2 compliant at the handover of the built asset. The handover of the built asset shall include the Level 2 BIM output along with the requisite 'as constructed' information, the Health & Safety File and the Operation & Maintenance manuals. BIM level 2 requirements at the handover of the built asset will be provided upon commencement of the competitive dialogue process. Qualifications and Experience It is a requirement of the Contract that staff employed under the Contract shall have minimum levels of experience, education and professional qualifications. In particular, the Designer and the Designer's Site Representative shall have staff who are Chartered professionals (or equivalent) who will perform the Design in accordance with the appropriate standards and specification and, coupled with the relevant experience of site supervision as a Designer's Site Representative, supervise the design, construction, completion and maintenance process. Construction (Design and Management) Regulations 2015 (CDM 2015) It is intended that, the successful tenderer shall fulfil the duties of Principal Contractor and Principal Designer 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 Principal Designer 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.5.1 and 4B.5.2 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 In response to Question Ref. 4B.5.1 economic operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Public Liability Insurance = GBP 75 million Professional Indemnity Insurance = GBP 10 million And, in response to Question Ref. 4B.5.2 economic operators must confirm they already have or can commit to obtain any other insurance, including Employers Liability, required by the Contract or by the appropriate legislation, with a sum insured / limit of indemnity to satisfy the Contract or legal requirements. 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 ESPD, Question Ref. 4C.1 economic operators shall be required to insert suitable responses to Statements (a) to (f) set out 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. 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. Statement (c) is not scored but is required to be completed. Responses to Statements (d) to (g) inclusive shall state why the economic operator considers itself to be particularly suited to undertake the Contract by reference to one or more of the 6 reference projects provided for under Statement (c). Such responses 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). A response 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 5 statements. Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (i), (j), and (k) 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 ultimately shall be adopted if awarded the contract. Subsequently, under ESPD, Question Ref. 4D.1 economic operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (h), (i), (j) and (k) 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 (l) demonstrating they have the requisite experience to perform the role of Principal Contractor and Principal Designer 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 be excluded from the procurement competition.",
                    "minimum": "Statement (a) Within the last 8 years have you constructed a trunk road project or similar major road project, which included: new side/access road junctions, major earthworks specifically including areas of peat, SuDS, road restraint systems & associated structures as required, to the value of at least 5M GBP in 2017 prices excl. of VAT? If 'Yes', please provide details. Statement (b) Within the last 8 years, has your Designer or one of your Designers been the principal designer for a trunk road project or similar major road project; which included, new side/access road junctions, major earthworks specifically including areas of peat, SuDS, road restraint systems & associated structures as required, to the value of at least 5M GBP in 2017 prices excl. of VAT? If 'Yes', please provide details. Statement (c) Provide information on no more than 6 \"reference projects\" which reflect similar works in terms of scope, size and/or complexity to the Contract, predominantly carried out within the last 8 years detailing your role and the scope of the services performed (Max 500 Words per ref. project) Statement (d) Stakeholder Engagement (Weighting 20%) - From your ref. 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 (Max 1000 Words) Statement (e) Sustainability (Weighting 10%) - From your ref. projects, provide details of the effective application of innovation and sustainability and the benefits that these approaches provided, including construction savings and project whole life performance improvements. Statement (f) Environment (Weighting 10%) From your ref. projects, provide details of approach on minimising and mitigating the impact of construction works on the environment and the local community, including: details of specific mitigation measures adopted; and how the effectiveness of these measures was assessed; (Max 1000 Words) Statement (g) Traffic Management (TM) (Weighting 20%) - From your ref. projects, provide details of approach on the development, installation, commissioning and operation of TM within a trunk or strategic road network during construction works. The response should provide details of: analytical methods adopted to ensure traffic flow; the integration of construction methods with TM; methodology for emergency services access; the approach to unplanned traffic or TM disruptions; and maintaining local and private access for landowners and tenants (Max 1000 Words) Statement (h) Ground Improvement (Weighting 40%) - From your ref. projects, provide details of the design and implementation of ground improvement techniques and solutions for road construction in areas of peat, including the successful elimination of differential settlement (Max 1000 Words) 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 or Own non-accredited management system. Statement (j) Environmental Management System. This may BS EN ISO 14001:2015 (Environmental Management Systems) ; Other accredited 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 or Own non-accredited management system. Statement (l) It is the intention that, if awarded the Contract, the Contractor shall be appointed the role of Principal Contractor and Principal Designer 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
            }
        },
        "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
    },
    "language": "EN",
    "description": "Each economic operator shall submit 4 paper copies (one marked \"ORIGINAL\" and 3 marked COPY 1, 2, or 3 as relevant) together with 1 data CD/DVD of the completed ESPD, in a sealed package to arrive by no later than 12 noon BST on 12 July 2017 to the following: Procurement Support Manager Transport Scotland Buchanan House 58 Port Dundas Road Glasgow G4 0HF United Kingdom The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation outwith 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 shall be made through the Public Contracts Scotland website. The deadline to submit questions relating to the submission via the website is 1200hrs BST on 28 June 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=495049. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The Contractor will be required to deliver Community Benefits in support of the authority's economic, social and environmental objectives including: - employment opportunities for young people, the unemployed and disadvantaged groups; - educational and training opportunities, including but not limited to, work experience, vocational training and educational initiatives with schools, further and higher education establishments; - subcontracting opportunities and supply chain initiatives for SME's, supported businesses and the third sector. All site-based employment opportunities (including those with subcontractors) are to be notified to job centres (both local and national job centres). Contracts with subcontractors which the Contractor procures following the award of contract shall be advertised on www.publiccontractsscotland.gov.uk. Further details of the community benefits that Transport Scotland intends to seek will be provided in the tender documents. (SC Ref:495049)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000495049"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}