Notice Information
Notice Title
A898 Erskine Bridge External Painting
Notice Description
Transport Scotland wishes to appoint a suitably experienced main contractor to undertake four phases of maintenance painting on the external substrates of Erskine Bridge. A single contract will be let with a single contractor responsible for the delivery of all four phases of work.
Lot Information
Lot 1
Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a Main Contractor to undertake the external painting of the Erskine Bridge. These works are due to commence in spring 2019, for a period of approximately 4 years. The phasing is described below. The Main Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project will 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. 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 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 a 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. Project Details There are 4 phases of work. The contract will include a phased completion mechanism. There will be scope for evaluation of the contractor's performance during each phase of the Works. The scope of the works for all phases comprises provision of temporary access systems; removal of the existing paint system; survey and inspection the condition of the existing steelwork; steelwork repairs and strengthening; installation of a new multicoat paint system in accordance with the Specification for Highway Works. The works will also include the refurbishment of the east and west footway panels and removal of redundant gas mains on the east and west cantilever sections. Phase 1 (spring 2019 - autumn 2019) - West Side Cantilever: Works will include the removal of the west side redundant SGN Gas pipe; removal, refurbishment and reinstatement of the footway panels Phase 2 (spring 2020 - autumn 2020) - East Side Cantilever: Identical to Phase 1 but applied to the East side including the east side gas main removal and footway panel refurbishment. Phase 3 (spring 2021 - autumn 2021) Lower Sloping Web and Bottom Flange. This phase will include steelwork repairs to the backing flats on the web and bottom flange areas. Phase 4 (spring 2022 - Autumn 2022) - The Bridge Towers: Specialist temporary access systems and traffic management will be required to paint the towers. The contract will only permit continual peak time traffic management when painting the lowest 6 metres of the bridge towers in the central reserve. Special temporary access systems, which can be erected and maintained using off peak traffic management, will be required for all areas above 6 metres high. The works will be let using a Fixed Price with Milestone Payments and Lane Occupation Charges Contract. The contract will be strongly incentivised to encourage contractors to minimise the amount of disruptive traffic management. TM will not be permitted during the day Monday to Friday. The only exception is in Phase 4 where continual peak time traffic management will be permitted to allow painting of the lowest 6 metres of the bridge towers.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000539680
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352644
- 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
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45221000 - Construction work for bridges and tunnels, shafts and subways
45221111 - Road bridge construction work
45221115 - Construction work for steel bridges
45442120 - Painting and protective-coating work of structures
45442121 - Painting work of structures
45442180 - Repainting work
45442190 - Paint-stripping work
Notice Value(s)
- Tender Value
- £18,000,000 £10M-£100M
- Lots Value
- £18,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £17,890,900 £10M-£100M
Notice Dates
- Publication Date
- 26 Apr 20196 years ago
- Submission Deadline
- 31 Jul 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 16 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND SOUTH WEST
- Contact Name
- Ian McFeteridge
- Contact Email
- ian.mcfetridge@transport.gov.scot
- Contact Phone
- +44 1412727271
Buyer Location
- Locality
- GLASGOW
- Postcode
- G4 0DX
- 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
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=8
30th July 2018 - Contract Advice Notice 05, 30th July 2018 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=7
29th July 2018 - Circular Advice Note, 04 29th July 2018 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=6
17th July 2018 - Circular Advice Note 03 - 17 July 2018 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=5
13th July 2018 - Circular Advice Note 01. 13 July 2018 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=4
12th July 2018 - Circular Advice Note 01. 12 July 2018 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=2
12th July 2018 - ESPD (Scotland) v1.10 - EB Ext Painting 28 June 18 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=3
12th July 2018 - ESPD (Scotland) v1.10 - EB Ext Painting 28 June 18 ** Updated 12 July with OJEU Reference ** -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=1
2nd July 2018 - ESPD Financial indices -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323724
A898 Erskine Bridge External Painting - Transport Scotland wishes to appoint a suitably experienced main contractor to undertake four phases of maintenance painting on the external substrates of Erskine Bridge. A single contract will be let with a single contractor responsible for the delivery of all four phases of work. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352644
A898 Erskine Bridge External Painting - Transport Scotland wishes to appoint a suitably experienced main contractor to undertake four phases of maintenance painting on the external substrates of Erskine Bridge. A single contract will be let with a single contractor responsible for the delivery of all four phases of work.
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-r6ebe6-0000539680-2019-04-26T00:00:00Z",
"date": "2019-04-26T00:00:00Z",
"ocid": "ocds-r6ebe6-0000539680",
"initiationType": "tender",
"parties": [
{
"id": "org-81",
"name": "Transport Scotland South West",
"identifier": {
"legalName": "Transport Scotland South West"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM83",
"postalCode": "G4 0DX"
},
"contactPoint": {
"name": "Ian McFeteridge",
"email": "Ian.McFetridge@transport.gov.scot",
"telephone": "+44 1412727271",
"faxNumber": "+44 1412727400",
"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.transportscotland.gsi.gov.uk"
}
},
{
"id": "org-7",
"name": "Transport Scotland South West",
"identifier": {
"legalName": "Transport Scotland South West"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM83",
"postalCode": "G4 0DX"
},
"contactPoint": {
"name": "Ian McFeteridge",
"email": "Ian.McFetridge@transport.gov.scot",
"telephone": "+44 1412727271",
"faxNumber": "+44 1412727400",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "https://www.transport.gov.scot/"
}
},
{
"id": "org-8",
"name": "Spencer",
"identifier": {
"legalName": "Spencer"
},
"address": {
"streetAddress": "One Humber Quays, Wellington Street West",
"locality": "Hull",
"region": "UKE",
"postalCode": "HU1 2BN"
},
"contactPoint": {
"telephone": "+44 1482766340",
"faxNumber": "+44 1469532233"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "Transport Scotland South West",
"id": "org-7"
},
"tender": {
"id": "TS/TRBO/WKS/2018/01",
"title": "A898 Erskine Bridge External Painting",
"description": "Transport Scotland wishes to appoint a suitably experienced main contractor to undertake four phases of maintenance painting on the external substrates of Erskine Bridge. A single contract will be let with a single contractor responsible for the delivery of all four phases of work.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45442121",
"scheme": "CPV"
},
{
"id": "45442180",
"scheme": "CPV"
},
{
"id": "45442190",
"scheme": "CPV"
},
{
"id": "45221111",
"scheme": "CPV"
},
{
"id": "45221115",
"scheme": "CPV"
},
{
"id": "45221000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Erskine Bridge, Renfrewshire, (Easting 246209, Northing 672431)"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 18000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2018-07-31T12:00:00Z"
},
"documents": [
{
"id": "JUL323724",
"documentType": "contractNotice",
"title": "A898 Erskine Bridge External Painting",
"description": "Transport Scotland wishes to appoint a suitably experienced main contractor to undertake four phases of maintenance painting on the external substrates of Erskine Bridge. A single contract will be let with a single contractor responsible for the delivery of all four phases of work.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323724",
"format": "text/html"
},
{
"id": "JUL323724-1",
"title": "ESPD Financial indices",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=1",
"datePublished": "2018-07-02T08:53:07Z",
"dateModified": "2018-07-02T08:53:07Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL323724-2",
"title": "ESPD (Scotland) v1.10 - EB Ext Painting 28 June 18",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=2",
"datePublished": "2018-07-02T08:53:07Z",
"dateModified": "2018-07-12T14:00:42Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL323724-3",
"title": "ESPD (Scotland) v1.10 - EB Ext Painting 28 June 18 ** Updated 12 July with OJEU Reference **",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=3",
"datePublished": "2018-07-12T14:00:41Z",
"dateModified": "2018-07-12T14:00:41Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL323724-4",
"title": "Circular Advice Note 01. 12 July 2018",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=4",
"datePublished": "2018-07-12T15:42:13Z",
"dateModified": "2018-07-12T15:42:13Z",
"format": "application/pdf"
},
{
"id": "JUL323724-5",
"title": "Circular Advice Note 01. 13 July 2018",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=5",
"datePublished": "2018-07-13T14:28:29Z",
"dateModified": "2018-07-13T14:28:29Z",
"format": "application/pdf"
},
{
"id": "JUL323724-6",
"title": "Circular Advice Note 03 - 17 July 2018",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=6",
"datePublished": "2018-07-17T13:23:37Z",
"dateModified": "2018-07-17T13:23:37Z",
"format": "application/pdf"
},
{
"id": "JUL323724-7",
"title": "Circular Advice Note, 04 29th July 2018",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=7",
"datePublished": "2018-07-29T10:43:30Z",
"dateModified": "2018-07-29T10:43:30Z",
"format": "application/pdf"
},
{
"id": "JUL323724-8",
"title": "Contract Advice Notice 05, 30th July 2018",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL323724&idx=8",
"datePublished": "2018-07-30T11:38:57Z",
"dateModified": "2018-07-30T11:38:57Z",
"format": "application/pdf"
},
{
"id": "APR352644",
"documentType": "awardNotice",
"title": "A898 Erskine Bridge External Painting",
"description": "Transport Scotland wishes to appoint a suitably experienced main contractor to undertake four phases of maintenance painting on the external substrates of Erskine Bridge. A single contract will be let with a single contractor responsible for the delivery of all four phases of work.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR352644",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a Main Contractor to undertake the external painting of the Erskine Bridge. These works are due to commence in spring 2019, for a period of approximately 4 years. The phasing is described below. The Main Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project will 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. 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 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 a 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. Project Details There are 4 phases of work. The contract will include a phased completion mechanism. There will be scope for evaluation of the contractor's performance during each phase of the Works. The scope of the works for all phases comprises provision of temporary access systems; removal of the existing paint system; survey and inspection the condition of the existing steelwork; steelwork repairs and strengthening; installation of a new multicoat paint system in accordance with the Specification for Highway Works. The works will also include the refurbishment of the east and west footway panels and removal of redundant gas mains on the east and west cantilever sections. Phase 1 (spring 2019 - autumn 2019) - West Side Cantilever: Works will include the removal of the west side redundant SGN Gas pipe; removal, refurbishment and reinstatement of the footway panels Phase 2 (spring 2020 - autumn 2020) - East Side Cantilever: Identical to Phase 1 but applied to the East side including the east side gas main removal and footway panel refurbishment. Phase 3 (spring 2021 - autumn 2021) Lower Sloping Web and Bottom Flange. This phase will include steelwork repairs to the backing flats on the web and bottom flange areas. Phase 4 (spring 2022 - Autumn 2022) - The Bridge Towers: Specialist temporary access systems and traffic management will be required to paint the towers. The contract will only permit continual peak time traffic management when painting the lowest 6 metres of the bridge towers in the central reserve. Special temporary access systems, which can be erected and maintained using off peak traffic management, will be required for all areas above 6 metres high. The works will be let using a Fixed Price with Milestone Payments and Lane Occupation Charges Contract. The contract will be strongly incentivised to encourage contractors to minimise the amount of disruptive traffic management. TM will not be permitted during the day Monday to Friday. The only exception is in Phase 4 where continual peak time traffic management will be permitted to allow painting of the lowest 6 metres of the bridge towers.. 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": 18000000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1260
},
"hasRenewal": false,
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "40%"
},
{
"type": "cost",
"name": "Price",
"description": "60%"
}
]
}
}
],
"contractTerms": {
"performanceTerms": "It is the Employer's policy to measure the performance of Contractors 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 service failures may result in suspension or termination of the contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2018-09-17T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers 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) (e.g. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. Accreditation Economic operators or their subcontractors must be accredited under National Highway Sector Scheme (NHSS) 12A/B Static Temporary Traffic Management on Motorways and High Speed Dual Carriageways; NHSS 17 Vehicle Recovery at Highway Construction Sites; NHSS 19A Corrosion Protection of Ferrous Materials by Industrial Coatings and NHSS 20 The Execution of Steelwork in Transportation Infrastructure Assets. Economic Operators must also be certified under the steel Construction Certification Scheme; certified under The Register of Qualified Steelwork Contractors Scheme for Bridgeworks (RQSC) (Grade CM); must have a minimum of execution class EXC3 in accordance with BS EN 1090; and in performing the project provide assurance that all new shop fabricated and completed steelwork shall be CE Marked; all site staff to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent Economic operators should provide details under Question Ref. 4C.6, in accordance with the requirements of this Contract Notice. Standards and Specification Subject to the other provisions of the Contract, the standards and specifications with which the Contractor shall comply will include: - UK Department for Transport Standards for Highways, specifically: - Design Manual for Roads and Bridges (DMRB) - Manual of Contract Documents for Highway Works (MCHW) - Transport Scotland Interim Amendments (TSIA) - Eurocodes - National Highway Sector Schemes In accordance with DMRB, the temporary works designs shall be the subject of a Category 3 Checker. Information relating to the Category 3 Checker, should be provided within a separate ESPD under Question Ref. 2C.1 of the ESPD, in accordance with 2C1.1 Instructions for Bidders. Furthermore, it is intended that for this contract, the successful economic operator shall be appointed to fulfill the duties of the Principal Contractor under the CDM Regulations 2015. Information demonstrating they have the requisite experience to perform the role of Principal Contractor under the CDM Regulations 2015 and are prepared to accept such appointment under the contract, should be provided for under Question Ref. 4C.6 in accordance with this Contract Notice. Staff It is a requirement of the contract that the staff employed under economic operator shall possess the necessary human resources and be qualified appropriately to perform the requirement. Details should be provided for under ESPD, Question Ref. 4C6.1 in response to Statement (j) below."
},
{
"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 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 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 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 Question Ref. 4B.4 of the ESPD 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 for Year 1 and Year 2, with the most recent (Year 1) financial statements to be weighted at 67% with Year 2 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 scoring criteria can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk via this Contract Notice. 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. Statement for 4B.5 It is a requirement of this contract that economic operators hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below (Note: Employer's (Compulsory) Liability Insurance = 10 million GBP Public Liability Insurance = 10 million GBP 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 Question Ref. 4C.1 of the ESPD economic operators shall be required to insert suitable responses to Statements (a), (b), (c), (d) and (e), 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 or by Groups of Economic Operators (Group Members should not respond individually). 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 response) shall be excluded from the procurement competition. The responses to Statements (c), (d) and (e) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: Does not demonstrate an acceptable level of technical or professional ability ( 1 - 4 ); Demonstrates an acceptable level of technical or professional ability ( 5 - 6 ); Demonstrates a good level of technical or professional ability ( 7 - 8 ); Demonstrates an excellent level of technical or professional ability ( 9 - 10 ). A response shall be marked as a FAIL and will not be considered further if the score achieved for any question is less than or equal to 4. Where a response is greater than 4 it shall be weighted in order to calculate a score out of 100 for these 3 questions. Under Question Ref. 4C.7 of the ESPD economic operators shall be required to insert suitable responses to Statements (f), (g), and (h) demonstrating that they have in place an appropriate quality, environmental and health and safety management system. 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 Question Ref. 4D.1 economic operators will be required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (f), (g) and (h) shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no quality, environmental and health and safety management systems 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 (i) demonstrating they have the requisite experience to perform the role of Principal Contractor under the CDM Regulations 2015 and are prepared to accept such appointment under the contract. The response to Statement (i) shall be assessed on the basis of PASS or FAIL. Economic operators who fail demonstrate they have the requisite experience or who are not willing to accept the appointment shall be excluded from the procurement competition. Under Question Ref. 4C6.1 of the ESPD economic operators shall be required to insert suitable responses to Statement (j) demonstrating that their employees (or those of the entities whom which they are relying upon) possess the necessary human resources and are qualified appropriately to perform the requirement. The response to Statement (j) shall be assessed on the basis of PASS or FAIL. Economic Operators (or the entities whom which they are relying upon) whose employees do not possess the necessary human resources shall be excluded from the procurement competition. In response to Statement (k) economic operators shall be required to insert suitable responses under Question Ref. 4C.6 of the ESPD demonstrating that they are registered/accredited under the relevant professional or trade body. The response to Statement (k) shall be assessed on the basis of PASS or FAIL. Economic Operators who are not registered or certified in accordance with the specified requirements contained in Statement (k) shall be excluded from the procurement competition",
"minimum": "Statement (a) to (b): Within the last 5 years, have you undertaken: (a) the role of Principal Contractor on refurbishment contract(s), similar in terms of size, nature, scope and complexity to these Works, on a structure carrying a live dual carriageway or other major road? If 'Yes', please provide details (b) significant maintenance painting works in accordance with the Manual of Contract Documents for Highway Works or similar specification on a major bridge structure similar in terms of size, nature, scope and complexity to the Works? If 'Yes', please provide details Statement (c) to (e): Provide evidence from projects performed in the last 5 years, which detail experience of: (c) maintenance painting of major structures, with reference to the use of safe and mobile access systems and temporary works, working at height, surface preparation of steel substrates with a high concentration of surface chlorides, steelwork repairs, weld repairs and installation/maintenance of traffic management. Your response shall provide details of the: design, erection and maintenance of temporary works; the management and control of on-site activities used to ensure health and safety compliance; evidence of innovation and added value; and technical details of important design/construction and completion aspects of the projects (Max. 1500 words, weighting 40%). (d) minimising and mitigating the impact of construction works on the wider environment and local community. Your response shall provide: details of specific mitigation measures and works (Max. 1000 words, weighting 30%). (e) working with other contractors and suppliers. Your response shall provide: effective management of sub-contractors; details of the nature of potential difficulties addressed; and logistics planning for site deliveries (Max. 1000 words, weighting 30%). Statement (f) to (h): Provide details of your management systems (other accredited management system or own accredited systems are acceptable): (f) Quality. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2000 (Quality Management Systems); (g) Environmental. This may BS EN ISO 14001:2004 (Environmental Management Systems) (h) Health and Safety. This may BS EN ISO 18001:2007 (Occupational Health and Safety Management Systems) and associated standards ; Statement (i) Provide evidence to demonstrate competence in the role Principal Contractor under the CDM Regulations and confirm that, if awarded the Contract, you would be willing to accept this appointment. Statement (j) The following staff within the economic operators organisation, or those entities whom which they are relying upon (as provided for under Question Ref. 2C.1), should as a minimum hold the following qualifications and have demonstrable experience of working on civil/structural engineering construction/repair/refurbishment projects on live urban major roads: Project Manager - Chartered Engineer (IstructE/ICE); Site Manager - Minimum CITB site managers 5 Day Course; Temporary Works Design Engineer and Temporary Works CAT III Checker - Chartered Engineer (IstructE/ICE); and The Project Manager, Site Manager and Temporary Works Designer may either be part of the economic operator or the reliant entities. The Temporary Works CAT III Checker by the nature of their role can only be part of a reliant entity. Statement (k) All site staff must be accredited under the CSCS Scheme; economic operators or their subcontractors must be accredited under National Highway Sector Scheme (NHSS) 12A/B, 17, 19A and 20 ; be certified under the Steel Construction Certification Scheme; and The Register of Qualified Steelwork Contractors Scheme for Bridgeworks (RQSC) (Grade CM); must have a minimum of execution class EXC3 to BS EN 1090; and in performing the project provide assurance that all new shop fabricated and completed steelwork shall be CE Marked"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45442120",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the conclusion of the contract, the Contract will be entered into between the Scottish Ministers and the successful tenderer. The Contract terms and conditions will be based on ICE Conditions of Contract 5th Edition, with bespoke amendments. Each selected economic operator shall be invited to submit a Tender on the same contract terms. Each Economic Operator shall submit four paper copies (one marked \"ORIGINAL\" and three marked COPY 1, 2, or 3 as relevant) together with two USB data sticks containing the completed ESPD, in a sealed package to arrive by no later than 12 noon BST/GMT on 31 July 2018 to the following addressee and address: Procurement Support Manager, Transport Scotland, Buchanan House, 58 Port Dundas Road, Glasgow, G4 0HF, UK The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation out with 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, which relate to the ESPD submission, shall be made through the Public Contracts Scotland portal. The deadline to submit clarifications is 1200hrs GMT on 24 July 2018. 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. (SC Ref:582107)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000539680"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000539680"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "TS/TRBO/WKS/2018/01",
"suppliers": [
{
"id": "org-8",
"name": "Spencer"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "TS/TRBO/WKS/2018/01",
"awardID": "TS/TRBO/WKS/2018/01",
"status": "active",
"value": {
"amount": 17890900,
"currency": "GBP"
},
"dateSigned": "2019-04-16T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2018/S 132-299713"
}
],
"bids": {
"statistics": [
{
"id": "12",
"measure": "bids",
"value": 3,
"relatedLot": "1"
}
]
}
}