Notice Information
Notice Title
City Deal:Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction
Notice Description
The Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction project is an infrastructure project to be delivered under the Glasgow City Region City Deal. The project is to provide an upgraded traffic signal junction at Annsfield Rd / Strathaven Rd and a new traffic signal controlled junction at Sherry Dr / Woodfoot Rd. The works involve in this contract include: the widening of existing carriageway into existing verge or footway alterations to existing drainage system traffic signal works including installation of ducting, NAL units, loops etc resurfacing of existing and widened carriageway resurfacing of new and realigned footways kerbing and tactile paving modular retaining wall construction (Sherry Dr only).
Lot Information
Lot 1
A restricted tendering procurement process is being adopted. Stage 1 - PQQ: A quality threshold of 70% will be applied to submissions, the threshold will be used to reduce the bidders to a maximum of the top 6 bidders. Stage 2 - ITT: A tender process assessed on a 70% price (Commercial)/30% quality (Technical) split.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000516212
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300384
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45233100 - Construction work for highways, roads
45233120 - Road construction works
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 7 Nov 20178 years ago
- Submission Deadline
- 19 Dec 2017Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 2 Aug 2018 - 19 Jan 2019 1-6 months
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Anne McGrath
- Contact Email
- anne.mcgrath@southlanarkshire.gov.uk
- Contact Phone
- +44 1698454448
Buyer Location
- Locality
- HAMILTON
- Postcode
- ML3 0AA
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM95 South Lanarkshire
- Delivery Location
- TLM95 South Lanarkshire
-
- Local Authority
- South Lanarkshire
- Electoral Ward
- Hamilton North and East
- Westminster Constituency
- Hamilton and Clyde Valley
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300384
City Deal:Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction - The Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction project is an infrastructure project to be delivered under the Glasgow City Region City Deal. The project is to provide an upgraded traffic signal junction at Annsfield Rd / Strathaven Rd and a new traffic signal controlled junction at Sherry Dr / Woodfoot Rd. The works involve in this contract include: the widening of existing carriageway into existing verge or footway alterations to existing drainage system traffic signal works including installation of ducting, NAL units, loops etc resurfacing of existing and widened carriageway resurfacing of new and realigned footways kerbing and tactile paving modular retaining wall construction (Sherry Dr only).
Notice URLs
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-r6ebe6-0000516212-2017-11-07T00:00:00Z",
"date": "2017-11-07T00:00:00Z",
"ocid": "ocds-r6ebe6-0000516212",
"initiationType": "tender",
"parties": [
{
"id": "org-109",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"name": "Anne McGrath",
"email": "anne.mcgrath@southlanarkshire.gov.uk",
"telephone": "+44 1698454448",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"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.southlanarkshire.gov.uk"
}
}
],
"buyer": {
"name": "South Lanarkshire Council",
"id": "org-109"
},
"tender": {
"id": "SLC/PS/COMENT/17-179",
"title": "City Deal:Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction",
"description": "The Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction project is an infrastructure project to be delivered under the Glasgow City Region City Deal. The project is to provide an upgraded traffic signal junction at Annsfield Rd / Strathaven Rd and a new traffic signal controlled junction at Sherry Dr / Woodfoot Rd. The works involve in this contract include: the widening of existing carriageway into existing verge or footway alterations to existing drainage system traffic signal works including installation of ducting, NAL units, loops etc resurfacing of existing and widened carriageway resurfacing of new and realigned footways kerbing and tactile paving modular retaining wall construction (Sherry Dr only).",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233100",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "South Lanarkshire Council"
},
"deliveryAddresses": [
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2017-12-19T12:00:00Z"
},
"documents": [
{
"id": "NOV300384",
"documentType": "contractNotice",
"title": "City Deal:Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction",
"description": "The Annsfield Rd / Strathaven Rd Junction and Sherry Dr / Woodfoot Rd Junction project is an infrastructure project to be delivered under the Glasgow City Region City Deal. The project is to provide an upgraded traffic signal junction at Annsfield Rd / Strathaven Rd and a new traffic signal controlled junction at Sherry Dr / Woodfoot Rd. The works involve in this contract include: the widening of existing carriageway into existing verge or footway alterations to existing drainage system traffic signal works including installation of ducting, NAL units, loops etc resurfacing of existing and widened carriageway resurfacing of new and realigned footways kerbing and tactile paving modular retaining wall construction (Sherry Dr only).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV300384",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "A restricted tendering procurement process is being adopted. Stage 1 - PQQ: A quality threshold of 70% will be applied to submissions, the threshold will be used to reduce the bidders to a maximum of the top 6 bidders. Stage 2 - ITT: A tender process assessed on a 70% price (Commercial)/30% quality (Technical) split.",
"status": "active",
"hasOptions": false,
"secondStage": {
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "From the Stage 1 process, the 6 highest scoring compliant bidders who have achieved a minimum of 70% in the technical assessment, will be taken forward to Stage 2. Further information can be found in \"Attachment 3 - Evaluation of the PQQ\"."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-08-02T00:00:00Z",
"endDate": "2019-01-19T00:00:00Z"
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2018-02-16T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. ESPD Questions 3A and 3C have been identified as mandatory exclusion grounds and ESPD Questions 3B and 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be dealt with on a PASS/FAIL basis. In respect of the mandatory exclusion grounds a bid will be excluded where a bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. In respect of the discretionary exclusion grounds a bid may be excluded where a bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
},
{
"type": "economic",
"description": "ESPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to ESPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Do Keynote (where applicable) consider the bidder to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use Keynote or similar financial verification systems to validate the information provided. ESPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
},
{
"type": "technical",
"description": "ESPD Question 4C.1 Technical and Professional Ability With reference to the nature and details of the works that are the subject matter of this tender, relevant examples are to be provided of similar works in terms of works, value and duration undertaken by the bidder in the last 5 years The conditions of contract will be NEC3 Engineering and Construction Contract (ECC), Option B (April 2013). Reference should be made to any experience, including contract management of the NEC ECC Option B, other options or other NEC contracts. Experience in other forms of contract which incorporate similar principals of contract management as the NEC can be used. Responses offered should reflect how the contract was operated under these management techniques i.e. dealing with early warnings, risk reduction, compensation events etc. ESPD Question 4C.2 Technical and Professional Ability (Technicians or Technical Bodies) Responses to this question should be based on, and with direct relevance to the information contained in the (Selection Stage & Conditions of Participation\" - Project Overview Section 7. ESPD Question 4C.7 Technical and Professional Ability (Environmental Management Measures) Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:Responses to this question should be based on, and with direct relevance to the information contained in the (Selection Stage & Conditions of Participation\" - Project Overview Section 7. ESPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. When responding to this question, Bidders should draw from previous experience of projects with similar elements, operations and restrictions."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "45233120",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "In a restricted tendering procedure, prior to the issue of invitation to tender, the bidders who are being recommended for issue of tenders will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the ESPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. ESPD Question 2D.1 Prompt Payment Certificate ESPD Question 3C.1 Blacklisting In Construction Industry Declaration ESPD Question 3D.3 Human Rights Act Declaration Declaration Section Signatory Page ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4C.6 Goods Vehicle Operator's Licence Declaration ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Question 3A.6 Modern Slavery Act 2015 Declaration ESPD Question 4D.1 Health and Safety Declaration The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 9454. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: Community Benefits will form part of this tender exercise within Stage 2 - the ITT. Further guidance, including examples of possible Community Benefits will be made available in the tender documents uploaded as part of the ITT. (SC Ref:516212)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000516212"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}