Notice Information
Notice Title
Framework Agreement for C14 Lighting Installation Works
Notice Description
The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.
Lot Information
Lot 1
The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.. 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.
Renewal: May take up option for up to 24 month extension.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000497689
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300748
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
50 - Repair and maintenance services
-
- CPV Codes
45316110 - Installation of road lighting equipment
50232100 - Street-lighting maintenance services
Notice Value(s)
- Tender Value
- £6,000,000 £1M-£10M
- Lots Value
- £6,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 8 Nov 20178 years ago
- Submission Deadline
- 10 Jul 2017Expired
- Future Notice Date
- Not specified
- Award Date
- 3 Nov 20178 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- In 4 years time.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- FIFE COUNCIL
- Contact Name
- Dawn Watson, Ian Mackay
- Contact Email
- dawn.watson@fife.gov.uk, roadsconstruction.procurement@fife.gov.uk
- Contact Phone
- +44 3451550000, +44 3451555555-444335
Buyer Location
- Locality
- GLENROTHES
- Postcode
- KY7 5LT
- Post Town
- Kirkcaldy
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM01 Clackmannanshire and Fife
- Delivery Location
- TLM72 Clackmannanshire and Fife
-
- Local Authority
- Fife
- Electoral Ward
- Glenrothes Central and Thornton
- Westminster Constituency
- Glenrothes and Mid Fife
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=9
22nd June 2017 - C14 Bills of Quantities - Additional Information -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=3
10th June 2017 - File 3 Pricing Document_for information only -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=4
10th June 2017 - C14 File 4 Framework Tender Documents_TO BE COMPLETED -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=5
10th June 2017 - C14 File 6 Commercial Assessment_TO BE COMPLETED -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=6
10th June 2017 - C14 File 5 Qualitative Assessment_TO BE COMPLETED -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=7
10th June 2017 - C14 Tender Instructions Letter -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=8
10th June 2017 - C14 File 7 ESPDv1.9_TO BE COMPLETED -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=1
10th June 2017 - File 1 Contract Data_For information only -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=2
10th June 2017 - File 2 Works Information_for information only -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN285748
Framework Agreement for C14 Lighting Installation Works up to GBP 1,000,000 in Value 2017 -2019 - The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300748
Framework Agreement for C14 Lighting Installation Works - The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000497689-2017-11-08T00:00:00Z",
"date": "2017-11-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000497689",
"initiationType": "tender",
"parties": [
{
"id": "org-25",
"name": "Fife Council",
"identifier": {
"legalName": "Fife Council"
},
"address": {
"streetAddress": "Fife House, North Street",
"locality": "Glenrothes",
"region": "UKM22",
"postalCode": "KY7 5LT"
},
"contactPoint": {
"name": "Dawn Watson",
"email": "dawn.watson@fife.gov.uk",
"telephone": "+44 3451550000",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.fifedirect.org.uk"
}
},
{
"id": "org-46",
"name": "Fife Council",
"identifier": {
"legalName": "Fife Council"
},
"address": {
"streetAddress": "Bankhead Central, Bankhead Park",
"locality": "Glenrothes",
"region": "UKM72",
"postalCode": "KY7 6GH"
},
"contactPoint": {
"name": "Ian Mackay",
"email": "roadsconstruction.procurement@fife.gov.uk",
"telephone": "+44 3451555555-444335",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.fifedirect.org.uk"
}
}
],
"buyer": {
"name": "Fife Council",
"id": "org-46"
},
"tender": {
"id": "AT9882",
"title": "Framework Agreement for C14 Lighting Installation Works",
"description": "The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50232100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Various locations within Fife."
},
"deliveryAddresses": [
{
"region": "UKM22"
},
{
"region": "UKM72"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 6000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2017-07-10T12:00:00Z"
},
"awardPeriod": {
"startDate": "2017-07-10T12:00:00Z"
},
"documents": [
{
"id": "JUN285748",
"documentType": "contractNotice",
"title": "Framework Agreement for C14 Lighting Installation Works up to GBP 1,000,000 in Value 2017 -2019",
"description": "The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN285748",
"format": "text/html"
},
{
"id": "JUN285748-1",
"title": "File 1 Contract Data_For information only",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=1",
"datePublished": "2017-06-10T11:10:05Z",
"dateModified": "2017-06-10T11:10:05Z",
"format": "application/pdf"
},
{
"id": "JUN285748-2",
"title": "File 2 Works Information_for information only",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=2",
"datePublished": "2017-06-10T11:10:05Z",
"dateModified": "2017-06-10T11:10:05Z",
"format": "application/pdf"
},
{
"id": "JUN285748-3",
"title": "File 3 Pricing Document_for information only",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=3",
"datePublished": "2017-06-10T11:10:07Z",
"dateModified": "2017-06-10T11:10:07Z",
"format": "application/pdf"
},
{
"id": "JUN285748-4",
"title": "C14 File 4 Framework Tender Documents_TO BE COMPLETED",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=4",
"datePublished": "2017-06-10T11:10:07Z",
"dateModified": "2017-06-10T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN285748-5",
"title": "C14 File 6 Commercial Assessment_TO BE COMPLETED",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=5",
"datePublished": "2017-06-10T11:10:07Z",
"dateModified": "2017-06-10T11:10:07Z",
"format": "application/vnd.ms-excel.sheet.macroEnabled.12"
},
{
"id": "JUN285748-6",
"title": "C14 File 5 Qualitative Assessment_TO BE COMPLETED",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=6",
"datePublished": "2017-06-10T11:10:07Z",
"dateModified": "2017-06-10T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN285748-7",
"title": "C14 Tender Instructions Letter",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=7",
"datePublished": "2017-06-10T11:10:07Z",
"dateModified": "2017-06-10T11:10:07Z",
"format": "application/pdf"
},
{
"id": "JUN285748-8",
"title": "C14 File 7 ESPDv1.9_TO BE COMPLETED",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=8",
"datePublished": "2017-06-10T11:10:07Z",
"dateModified": "2017-06-10T11:10:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN285748-9",
"title": "C14 Bills of Quantities - Additional Information",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN285748&idx=9",
"datePublished": "2017-06-22T14:33:46Z",
"dateModified": "2017-06-22T14:33:46Z",
"format": "application/pdf"
},
{
"id": "NOV300748",
"documentType": "awardNotice",
"title": "Framework Agreement for C14 Lighting Installation Works",
"description": "The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300748",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The scope of the Framework Agreement is to employ Contractors to carry out engineering maintenance/ construction in relation to any of the following:- a) Installation of street lighting columns and underground cables with associated electrical works. Disconnection and removal of street lighting columns. b) Erection and removal of traffic signs. Fife Council does not have the in-house capacity to undertake all of the works required to maintain their transportation related assets and are seeking to appoint suitably qualified and experienced Contractors through this Framework Agreement to assist with these works.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "complete",
"value": {
"amount": 6000000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "May take up option for up to 24 month extension."
}
}
],
"bidOpening": {
"date": "2017-07-10T12:00:00Z",
"address": {
"streetAddress": "PCS post box."
},
"description": "Ian Mackay"
},
"communication": {
"atypicalToolUrl": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"performanceTerms": "As specified in additions to the conditions of contract clause Z7 Performance Appraisal."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Q4B.1.1 - Tenderers should be able to demonstrate that they have an annual turnover of 1,000,000 GBP for the last (2) years. QB4-4B4.1 - The liquidity Ratio will be applied - Current Assets will be divided by Current Liabilities. Tenderers are to provide their Current Assets and Current Liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why and the Council may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer. Q4B.5.1- Q4B5.3 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurances indicated below: Employers Liability - minimum 10m GBP Public Liability - minimum 2.5m GBP Minimum level(s) of standards required:",
"minimum": "As above."
},
{
"type": "technical",
"description": "Bidders will be required to answer the ESPD Scotland questions and associated statements as they appear in Appendix B of Volume 1 of the Framework Agreement. The brief descriptions given below are for information only and should not be used to complete your ESPD as they may not solicit all of the information required to pass the selection process. C. TECHNICAL & PROFESSIONAL ABILITY ESPD Q4C.1 & modified Statement applies. Bidder to provide details of 2 projects they have carried out in the past 5 years to demonstrate that they have the relevant experience to deliver the requirement of this Framework Agreement. D: QUALITY ASSURANCE SCHEMES & ENVIRONMENTAL STANDARDS QUALITY MANAGEMENT ESPD Q4D.1 & Standard Statement 1. applies OR ESPD Q4D.1.1 & Standard Statements 2a 2b 2d & 2e apply. 1. Bidder must hold a UKAS or equivalent accredited independent 3rd party certificate of compliance in accordance with BS EN ISO 9001 or equivalent, OR 2. Bidder must have the following: a A documented and authorised policy for quality management. b Documented procedures for reviewing and improving quality performance. d Documented arrangements for providing your workforce with quality related training and information for the type of work you are applying for. e Documented arrangements showing that you have a system for monitoring quality management procedures. c, f & g NOT USED HEALTH & SAFETY (H&S) ESPD Q4D.1 & Standard Statement 3. applies OR ESPD Q4D.1.1 & Standard Statements 4a to 4m inclusive apply. 3. Bidder must hold a UKAS or equivalent, accredited independent 3rd party certificate of compliance in accordance with BS OHSAS 18001 or equivalent or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement forum. OR 4a A documented and authorised policy for H&S management. Organisations with less than 5 employees are not required by law to have a documented policy statement. 4b A documented process demonstrating arrangements for ensuring that H&S measures are effective. 4c A documented procedure showing how you obtain access to competent H&S advice and assistance. 4d Documented arrangements for providing your workforce with appropriate training and information. 4e A documented procedure describing what H&S or other relevant qualifications and experience your workforce has to implement the H&S policy to an appropriate standard. 4f Documented arrangements for checking, reviewing your H&S performance. 4g Documented arrangements for involving your workforce in the planning and implementation of H&S measures. 4h Documented procedures for recording accidents/incidents and undertaking follow-up action. 4i Documented arrangements for ensuring that your suppliers apply H&S measures to an appropriate standard. 4j Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery. Organisations with less than 5 employees are not required by law to record risk assessments. 4k Documented arrangements for cooperating and coordinating your work with suppliers. 4l Documented arrangements for ensuring that on-site welfare provision meet legal requirement. 4m Bidder must meet legal requirements. ENVIRONMENTAL MANAGEMENT ESPD Q4D.2 & Standard Statement 1 applies OR ESPD Q4D.2.1 & Standard Statements 2a and 2f apply. 1. Bidder must hold a UKAS or equivalent accredited independent 3rd party certificate of compliance with BS EN ISO 14001 or equivalent or a valid EMAS or equivalent certificate OR 2. Bidder must have the following: a A regularly reviewed and authorised documented environmental management policy. f Procedures for dealing with waste e.g. waste management plans, waste segregation, recycling. b, c, d, e & g NOT USED",
"minimum": "C:TECHNICAL & PROFESSIONAL ABILITY For Question 4C.1, bidders will be required to provide 2 examples of delivering Works carried out in the past five years to demonstrate that they have the relevant experience to deliver the requirement of this Framework Agreement as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the site notice. Each example must relate to only one project. If numerous projects are provided as an example only the first project will be scored. The examples must contain the following information: i) The value of the project. ii) The location of the Works. iii) The project duration and completion date. iv) The scope of the work your organisation provided. v) Client contact details. The experience and capability of the bidder will be evaluated from the 2 examples provided. You must achieve a minimum score of 2 for each example provided, to pass this question. If you score 1 or less for either example you will be disqualified from the selection process. The Scoring Key is as follows; 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of relevance to the requirement but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity/capability. 2 - Acceptable. 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. 3 - Good. 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. 4 - Excellent 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. D: QUALITY SCHEMES AND ENVIRONMENTAL MANAGEMENT STANDARD Questions scoring methodology for Question 4D.1 OR 4D.1.1 Selection Criteria: pass/fail. With respect to 4D.1, if you answer \"Yes\" to Q.1. of the related statement for Quality Management Procedures and able to produce the required certificate/s you will pass this question. If you are not able to answer yes to Q1. you must answer the un-abbreviated questions 2a, 2b, 2d & 2e for 4D.1.1 from Volume 1 Appendix B of the Tender Documents which will be assessed as a pass/fail. If you as a fail you will be disqualified from the selection process. With respect to 4D.1, if you answer Yes to Q.3. of the related statement for H&S Procedures and produce the required certificate/s you will pass this question. If you are not able to answer yes to 3. you must answer the un-abbreviated questions 4a to 4m inclusive for 4D.1.1 from Volume 1 Appendix B of the Tender Documentation which will be assessed as a pass/fail. If you fail you will be disqualified from the selection process. Questions scoring methodology for Question 4D.2 OR 4D2.1 selection Criteria: pass/fail With respect to 4D.2, if you answer \"Yes\" to Q.1. of the related statement for Quality Management Procedures and able to produce the required certificate/s you will pass this question. If you are unable to answer yes to Q1. you must answer the un-abbreviated questions 2a and 2f for 4D.2.1 from Volume 1 Appendix B of the Tender Documentation which will be assessed as a pass/fail. If you fail you will be disqualified from the selection process."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 12
}
},
"classification": {
"id": "45316110",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "In 4 years time."
}
},
"language": "EN",
"description": "Qualitative/Award questions Up to 12 Contractors will be accepted on to this Framework Agreement. The qualitative/ award questions and their relative weightings are detailed in Volume 1 of the Framework Agreement in Appendix B: Framework Selection and Award Procedure. The questions relate to methodology for NEC3, CDM, minimising risk of damage to underground utilities and for community benefits and workforce matters/ fair working practices. Bidder's answers to the qualitative questions and supporting evidence submitted at tender stage will be assessed against the scoring key below. The Contractors' scores will be aggregated to form a Qualitative score which will account for 20% of the overall Total Tender score. A bidder will be disqualified if they score 0 for any qualitative question or if they fall below a minimum qualitative score of 50% of the maximum possible Qualitative Score. The definition of maximum possible Qualitative Score being when all of the qualitative questions for this Framework Agreement are rated as excellent. Qualitative Questions Scoring Key:- 0 - Unacceptable. Nil or inadequate response. Fails to demonstrate ability to meet the requirement. 1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled. 2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas. 3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirement will be fulfilled. 4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how this will be met in full. The Specification for Highway Works (SHW) will apply to all Work Packages issued through this Framework Agreement. Not all of the National Highway Sector Schemes (NHSS) from Appendix A of the SHW will be mandatory. Appendix 0/2 of Volume 2 of the Framework Agreement stipulates the NHSS schemes that are mandatory and those that are not. Those listed as mandatory (or equivalents) will apply to all businesses undertaking any of these services. If your business subcontracts the work, you do not have to be registered but any subcontractor you use must be. The value of the framework is estimated as being between 2m and 6m over the period of four years. This is based on estimated annual spend between 0.5m and 1.5m. (SC Ref:518087)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497689"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000497689"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "AT9882",
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "AT9882",
"awardID": "AT9882",
"status": "active",
"dateSigned": "2017-11-03T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2017/S 110-220728"
}
],
"bids": {
"statistics": [
{
"id": "7",
"measure": "lowestValidBidValue",
"value": 3650782.36
},
{
"id": "8",
"measure": "highestValidBidValue",
"value": 7554122.4
}
]
}
}