Award

A77 Maybole Bypass

TRANSPORT SCOTLAND

This public procurement record has 2 releases in its history.

Award

05 Jun 2019 at 00:00

Tender

31 Aug 2017 at 00:00

Summary of the contracting process

Transport Scotland is conducting the procurement process for the "A77 Maybole Bypass" project, which falls under the transport industry category. Located in South Ayrshire, this project entails the design, construction, completion, and maintenance of a new approximately 5km single carriageway bypass to the north-west of Maybole. The procurement method employed is selective, with a competitive dialogue process in place. The tender was awarded to Wills Bros Civil Engineering Ltd on 12th April 2019, with a contract value of approximately £28.93 million, covering a construction period of around 24 months followed by a 5-year maintenance period.

This tender represents an excellent opportunity for civil engineering firms, especially SMEs, looking to expand their portfolio in infrastructure projects. Companies that specialise in road construction, drainage systems, environmental mitigation, and various related structural works would be well-suited to compete for future projects of this nature. The requirement for community benefits, including employment and subcontracting opportunities for local businesses, further enhances the growth potential for firms willing to engage with transport and construction agencies.

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

A77 Maybole Bypass

Notice Description

Design, construction, completion and maintenance of new 5km (approximately) single carriageway (S2) bypass to the north-west of Maybole with roundabouts at the tie-ins to the existing A77, two overbridges, one underbridge and an underpass. Works include, but are not limited to bridges, structures, fencing, drainage, earthworks, road pavement, road signs & markings, road restraint systems, accommodation works, lighting, public utilities diversions, accommodation works, environmental mitigation and a 5 year maintenance period for landscaping and defect rectification following completion. The successful tenderer will not be required to carry out cyclic maintenance.

Lot Information

Lot 1

Transport Scotland on behalf of the Scottish Ministers have appointed Wills Bros Civil Engineering Limited (WBCEL) to design and build the A77 Maybole Bypass in South Ayrshire, (the "Contract"). It is intended that the Contract will include the design and construction of the works. The construction will last approximately 24 months, followed by a 5 year period of maintenance for landscaping and defect rectification. The Contract has been entered into between the Scottish Ministers and WBCEL. The Contract terms and conditions are based upon Transport Scotland's bespoke design and build contract. The scope of the works will include, but not be limited to; Design and construction of single carriageway (S2) bypass including roundabouts at tie-ins with existing A77. Design and construction of associated structures including overbridges, underbridges, underpass and culverts. Design and construction of new side roads associated with the bypass Diversionary works for statutory undertakings 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. Project Bank Account 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 the PBA shall satisfy the minimum requirements for an effectively constituted Trust under Scots law. The use of a PBA by the WBCEL 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000509774
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356502
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Competitive dialogue
Tender Suitability
Not specified
Awardee Scale
SME

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

45233128 - Roundabout construction work

45233140 - Roadworks

45233226 - Access road construction work

Notice Value(s)

Tender Value
£30,000,000 £10M-£100M
Lots Value
£30,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£28,931,322 £10M-£100M

Notice Dates

Publication Date
5 Jun 20196 years ago
Submission Deadline
13 Oct 2017Expired
Future Notice Date
Not specified
Award Date
12 Apr 20196 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
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
TLM94 South Ayrshire

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

Supplier Information

Number of Suppliers
1
Supplier Name

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-r6ebe6-0000509774-2019-06-05T00:00:00Z",
    "date": "2019-06-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000509774",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-79",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "name": "Chris Carroll",
                "email": "chris.carroll@transport.gov.scot",
                "telephone": "+44 141272908",
                "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-216",
            "name": "Transport Scotland",
            "identifier": {
                "legalName": "Transport Scotland"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0HF"
            },
            "contactPoint": {
                "email": "Chris.carroll@transport.gov.scot",
                "telephone": "+44 1412727100",
                "faxNumber": "+44 1412727272",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.transport.gov.scot"
            }
        },
        {
            "id": "org-217",
            "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": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Transport Scotland",
        "id": "org-216"
    },
    "tender": {
        "id": "TS/MTRIPS/WKS/2017/05",
        "title": "A77 Maybole Bypass",
        "description": "Design, construction, completion and maintenance of new 5km (approximately) single carriageway (S2) bypass to the north-west of Maybole with roundabouts at the tie-ins to the existing A77, two overbridges, one underbridge and an underpass. Works include, but are not limited to bridges, structures, fencing, drainage, earthworks, road pavement, road signs & markings, road restraint systems, accommodation works, lighting, public utilities diversions, accommodation works, environmental mitigation and a 5 year maintenance period for landscaping and defect rectification following completion. The successful tenderer will not be required to carry out cyclic maintenance.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221111",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233120",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233124",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233125",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233226",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233128",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45233140",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM94"
                    },
                    {
                        "region": "UKM94"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 30000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive dialogue",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2017-10-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP294145",
                "documentType": "contractNotice",
                "title": "A77 Maybole Bypass",
                "description": "Design, construction, completion and maintenance of new 5km (approximately) single carriageway (S2) bypass to the north-west of Maybole with roundabouts at the tie-ins to the existing A77, two overbridges, one underbridge and an underpass.. Works include, but are not limited to bridges, structures, fencing, drainage, earthworks, road pavement, road signs & markings, road restraint systems, accommodation works, lighting, public utilities diversions, accommodation works, environmental mitigation and 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 : www.publiccontractsscotland.gov.uk",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP294145",
                "format": "text/html"
            },
            {
                "id": "SEP294145-1",
                "title": "ESPD",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP294145&idx=1",
                "datePublished": "2017-09-01T11:10:05Z",
                "dateModified": "2017-09-01T12:27:00Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP294145-2",
                "title": "Financial Award Criteria",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP294145&idx=2",
                "datePublished": "2017-09-01T11:10:05Z",
                "dateModified": "2017-09-01T11:10:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP294145-3",
                "title": "A77 Maybole Bypass ESPD v1 9 Rev1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=SEP294145&idx=3",
                "datePublished": "2017-09-01T12:27:00Z",
                "dateModified": "2017-09-01T12:27:00Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN356502",
                "documentType": "awardNotice",
                "title": "A77 Maybole Bypass",
                "description": "Design, construction, completion and maintenance of new 5km (approximately) single carriageway (S2) bypass to the north-west of Maybole with roundabouts at the tie-ins to the existing A77, two overbridges, one underbridge and an underpass. Works include, but are not limited to bridges, structures, fencing, drainage, earthworks, road pavement, road signs & markings, road restraint systems, accommodation works, lighting, public utilities diversions, accommodation works, environmental mitigation and a 5 year maintenance period for landscaping and defect rectification following completion. The successful tenderer will not be required to carry out cyclic maintenance.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356502",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland on behalf of the Scottish Ministers have appointed Wills Bros Civil Engineering Limited (WBCEL) to design and build the A77 Maybole Bypass in South Ayrshire, (the \"Contract\"). It is intended that the Contract will include the design and construction of the works. The construction will last approximately 24 months, followed by a 5 year period of maintenance for landscaping and defect rectification. The Contract has been entered into between the Scottish Ministers and WBCEL. The Contract terms and conditions are based upon Transport Scotland's bespoke design and build contract. The scope of the works will include, but not be limited to; Design and construction of single carriageway (S2) bypass including roundabouts at tie-ins with existing A77. Design and construction of associated structures including overbridges, underbridges, underpass and culverts. Design and construction of new side roads associated with the bypass Diversionary works for statutory undertakings 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. Project Bank Account 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 the PBA shall satisfy the minimum requirements for an effectively constituted Trust under Scots law. The use of a PBA by the WBCEL 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.",
                "status": "complete",
                "value": {
                    "amount": 30000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2400
                },
                "hasRenewal": false,
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "The tenderer's approach to: scheme management; stakeholder engagement; environmental impact mitigation; and traffic management measures.",
                            "description": "30%"
                        },
                        {
                            "type": "cost",
                            "name": "Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. Further information will be included in the tender documents.",
                            "description": "70%"
                        }
                    ]
                }
            }
        ],
        "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."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2017-11-24T00:00:00Z"
        },
        "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) (e.g. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. Professional or Trade Registers Economic operators must be enrolled in the relevant professional or trade registers kept in the Member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) (i.e. registered under Companies House). Economic operators must provide details, including the relevant registration number(s), under Question Ref. 4A.1. Furthermore, economic operators or their appropriate subcontractors must be accredited under the relevant National Highway Sector Schemes (NHSS). Additionally, construction site staff shall require to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent. Economic operators must provide confirmation of the above required accreditations under Question Ref.4C.6 and 4C.6.1 respectively, in accordance with the requirements of this Contract Notice. Subject to the other provisions of the Contract, the standards and specifications which the Contractor shall comply will include: 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 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: Public Liability Insurance = GBP 75 million Professional Indemnity Insurance = GBP 10 million And, 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 (k) 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 submission shall be marked as a FAIL and will not be considered further if the score achieved for any response to statements (d) to (g) 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 10 for the 4 statements. Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (h), (i), and (j) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic operators are required to provide details of a recognised accredited system or own non-accredited system, which will ultimately shall be adopted if awarded the contract. Subsequently, under 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) and (j) shall be assessed on the basis of PASS or FAIL. 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 (k) 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 (k) 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 5 years have you constructed a trunk road project or similar major road project; which included SUDs drainage, lighting retaining walls, overbridges, road restraint systems and other structures as required, to the value of at least 20M GBP in 2017 prices exclusive of VAT? Statement (b) Within the last 5 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 SUDs drainage, retaining walls, lighting, overbridges, road restraint systems and other structures as required, to the value of at least 20M GBP in 2017 prices exclusive of VAT? 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 5 years detailing your role and the scope of the services performed (Max 500 Words per reference project). Statement (d) Scheme Management (Weighting 20%) Provide details of effective staff and team structures which demonstrate: capability to deliver on time and budget; the project was communicated effectively to ensure timely, accurate and cost effective delivery; effective community engagement and the benefits that were provided; and the effective application of innovation and sustainability and the benefits that these approaches provided (Max 1000 Words ). Statement (e) Stakeholder Engagement (Weighting - 30%) 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. The response should provide: 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 (f) Environment (Weighting - 20%) Provide details of approach on minimising and mitigating the impact of construction works on the environment and the local community. Within your answer provide details of approach on the elimination and mitigating of potential flooding of the adjacent land and methods of rectifying any damage and ensuring the full operational service of land drainage systems which may be effected by the construction of the scheme (Max 1000 Words ). Statement (g) Traffic Management (Weighting 30%) Provide details of approach on the development, installation, commissioning and operation of traffic management within a trunk or strategic road network. The response should be sufficiently detailed to demonstrate the economic operators experience of: analytical methods to arrive at traffic management solution(s) to maintain traffic flow; the integration of construction methods with traffic management; methodology for emergency services access; the approach to unplanned traffic or traffic management disruptions; and maintaining local and private access for landowners and tenants during construction (Max 1000 Words). Statement (h) 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 (i) Environmental Management System. This may BS EN ISO 14001:2015 (Environmental Management Systems) ; Other accredited or Own non-accredited management system. Statement (j) 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 (k) 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"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:583510)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000509774"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000509774"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/MTRIPS/WKS/2017/05",
            "suppliers": [
                {
                    "id": "org-217",
                    "name": "Wills Bros Civil Engineering Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/MTRIPS/WKS/2017/05",
            "awardID": "TS/MTRIPS/WKS/2017/05",
            "status": "active",
            "value": {
                "amount": 28931322.95,
                "currency": "GBP"
            },
            "dateSigned": "2019-04-12T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2017/S 167-343003"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "360",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "361",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "362",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "363",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "364",
                "measure": "electronicBids",
                "value": 0,
                "relatedLot": "1"
            }
        ]
    }
}