Award

C3 Bridges Replacement

STIRLING COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Stirling Council is conducting the "C3 Bridges Replacement" project, which is currently in the Award stage. The procurement process initiated with an open tender, seeking qualified civil engineering contractors to replace two masonry arch bridges located within the boundaries of Stirling and Falkirk Councils. The tender, which has a total value of approximately £506,746, was signed on 18 January 2019. Key dates include the initial tender period, which closed on 16 November 2018, and the contract term expected to incorporate a one-year maintenance period thereafter.

This procurement presents significant opportunities for civil engineering firms, especially those with expertise in bridge construction and maintenance. Companies that can demonstrate robust financial standing, including a minimum annual turnover of £1 million over the last two financial years, as well as the necessary insurance coverages, would be well-positioned to compete. Additionally, adherence to quality assurance and environmental management standards will be essential for bidders aiming to secure contracts with Stirling Council.

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

C3 Bridges Replacement

Notice Description

Stirling Council is looking to appoint a Civil Engineering Contractor to undertake the replacement of two bridges.

Lot Information

Lot 1

As part of the 2018/2019 Bridge Maintenance programme of works, Stirling Council are replacing two masonry arch bridges that take the C3, South Alloa to Larbert Road, across the Pow Burn. The bridges are both masonry arch structures that cross the Pow Burn on what is locally known as Moss Road. They are situated close to the Bridgend Farm. The bridge to the South of Bridgend Farm is named C3/020 "South Bridgend Bridge" and the bridge to the North is named C3/030 "Bridgend Bridge" (Grid Reference - E287129 N686797). The structures are intact but show signs of cracking and have a deformed arch, both appear to have differential settlement between their abutments. The works will involve the demolition of the existing bridges; the construction of piles to support the foundations; a "precast Flexi-arch" will form the intrados of the barrel; precast spandrel units that will be clad in stone recovered from the demolition; mass concrete infill to the arch precast formers of the bridge and the reconstruction of the road surfacing. The precast modular "Flexi-arches" and associated precast footings and spandrel walls will be purchased prior to the start of the contract, delivered to site by the manufacturer and erected by the Contractor. The bridge provides vehicular access across the Pow Burn and is on the boundary between Stirling and Falkirk Councils. It is proposed to close the road at each bridge to all pedestrian and vehicular traffic for the duration of the works. However to avoid major inconvenience to local residents, access to Bridgend farm and Letham Moss works must be maintained at all times. Refer to section 4 of the works information. The Contractor should take this into account when planning the works. The traffic diversion around the site will be established and maintained by the contractor. Associated works include, but are not limited to, the following: earthworks, demolition; roads surfacing; road markings, signing; temporary fencing; structural piles; the erection of precast units and placing of in situ concrete; new parapet prior to forming a new road over the bridge. The contract will incorporate a 1-year maintenance period. The Works will be carried out under the terms and conditions of the NEC3 Engineering and Construction Short Contract Second Edition, published June 2005 with Amendments September 2011 issued by the Institution of Civil Engineers. All works will also be in accordance with the Manual of Contract Documents for Highway Works, in particular Volume 1 Specification for Highway Works published by the Department of Transport.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000558028
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB344104
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work

71 - Architectural, construction, engineering and inspection services


CPV Codes

45200000 - Works for complete or part construction and civil engineering work

45220000 - Engineering works and construction works

45221110 - Bridge construction work

45221111 - Road bridge construction work

71311100 - Civil engineering support services

Notice Value(s)

Tender Value
£420,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£506,746 £500K-£1M

Notice Dates

Publication Date
5 Feb 20197 years ago
Submission Deadline
16 Nov 2018Expired
Future Notice Date
Not specified
Award Date
18 Jan 20197 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
STIRLING COUNCIL
Contact Name
Jacqueline Leishman
Contact Email
leishmanj@stirling.gov.uk, murphyk@stirling.gov.uk
Contact Phone
+44 1786233384, +44 1786233835

Buyer Location

Locality
STIRLING
Postcode
FK8 2ET
Post Town
Falkirk and Stirling
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM0 Eastern Scotland
Small Region (ITL 3)
TLM02 Perth and Kinross, and Stirling
Delivery Location
TLM77 Perth and Kinross, and Stirling

Local Authority
Stirling
Electoral Ward
Stirling West
Westminster Constituency
Stirling and Strathallan

Supplier Information

Number of Suppliers
1
Supplier Name

RJ MCLEOD (CONTRACTORS

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-r6ebe6-0000558028-2019-02-05T00:00:00Z",
    "date": "2019-02-05T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000558028",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-12",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Procurement, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "name": "Jacqueline Leishman",
                "email": "leishmanj@stirling.gov.uk",
                "telephone": "+44 1786233835",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.stirling.gov.uk/procurement"
            }
        },
        {
            "id": "org-21",
            "name": "Stirling Council",
            "identifier": {
                "legalName": "Stirling Council"
            },
            "address": {
                "streetAddress": "Strategic Procurement, Old Viewforth",
                "locality": "Stirling",
                "region": "UKM77",
                "postalCode": "FK8 2ET"
            },
            "contactPoint": {
                "email": "murphyk@stirling.gov.uk",
                "telephone": "+44 1786233384",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.stirling.gov.uk/procurement"
            }
        },
        {
            "id": "org-66",
            "name": "RJ McLeod (Contractors) Ltd",
            "identifier": {
                "legalName": "RJ McLeod (Contractors) Ltd"
            },
            "address": {
                "streetAddress": "2411 London Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G32 8XT"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Stirling Council",
        "id": "org-21"
    },
    "tender": {
        "id": "SC1819-0003",
        "title": "C3 Bridges Replacement",
        "description": "Stirling Council is looking to appoint a Civil Engineering Contractor to undertake the replacement of two bridges.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45200000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "71311100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45220000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Stirling Council and Falkirk Council boundaries"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 420000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-11-16T14:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-11-16T14:00:00Z"
        },
        "documents": [
            {
                "id": "OCT334151",
                "documentType": "contractNotice",
                "title": "C3 Bridges Replacement",
                "description": "Stirling Council is looking to appoint a Civil Engineering Contractor to undertake the replacement of two bridges.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334151",
                "format": "text/html"
            },
            {
                "id": "FEB344104",
                "documentType": "awardNotice",
                "title": "C3 Bridges Replacement",
                "description": "Stirling Council is looking to appoint a Civil Engineering Contractor to undertake the replacement of two bridges.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB344104",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "As part of the 2018/2019 Bridge Maintenance programme of works, Stirling Council are replacing two masonry arch bridges that take the C3, South Alloa to Larbert Road, across the Pow Burn. The bridges are both masonry arch structures that cross the Pow Burn on what is locally known as Moss Road. They are situated close to the Bridgend Farm. The bridge to the South of Bridgend Farm is named C3/020 \"South Bridgend Bridge\" and the bridge to the North is named C3/030 \"Bridgend Bridge\" (Grid Reference - E287129 N686797). The structures are intact but show signs of cracking and have a deformed arch, both appear to have differential settlement between their abutments. The works will involve the demolition of the existing bridges; the construction of piles to support the foundations; a \"precast Flexi-arch\" will form the intrados of the barrel; precast spandrel units that will be clad in stone recovered from the demolition; mass concrete infill to the arch precast formers of the bridge and the reconstruction of the road surfacing. The precast modular \"Flexi-arches\" and associated precast footings and spandrel walls will be purchased prior to the start of the contract, delivered to site by the manufacturer and erected by the Contractor. The bridge provides vehicular access across the Pow Burn and is on the boundary between Stirling and Falkirk Councils. It is proposed to close the road at each bridge to all pedestrian and vehicular traffic for the duration of the works. However to avoid major inconvenience to local residents, access to Bridgend farm and Letham Moss works must be maintained at all times. Refer to section 4 of the works information. The Contractor should take this into account when planning the works. The traffic diversion around the site will be established and maintained by the contractor. Associated works include, but are not limited to, the following: earthworks, demolition; roads surfacing; road markings, signing; temporary fencing; structural piles; the erection of precast units and placing of in situ concrete; new parapet prior to forming a new road over the bridge. The contract will incorporate a 1-year maintenance period. The Works will be carried out under the terms and conditions of the NEC3 Engineering and Construction Short Contract Second Edition, published June 2005 with Amendments September 2011 issued by the Institution of Civil Engineers. All works will also be in accordance with the Manual of Contract Documents for Highway Works, in particular Volume 1 Specification for Highway Works published by the Department of Transport.",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 120
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-11-16T14:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Part IV: Selection criteria - B: Economic and financial standing - Question 4B.1.1 - Tenderers are required to have a minimum \"general\" annual turnover of 1,000,000GBP for the last two financial years. Where a Tenderer does not have an annual turnover of this value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Where this information is not available due to a new company being established a business plan should be provided demonstrating how the organisation will meet the annual turnover requirement. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.4 - Tenderers will be required provide the following information in response to 4B.4: Liquidity ratio for Current Year: 0.8 Liquidity ratio for Prior Year: 0.8 The formula for calculating a Tenderer's liquidity ratio is (current assets - stock or work in progress) divided by current liabilities. This is commonly known as the 'Acid Test Ratio'. The acceptable range for each financial ratio is greater than 0.8. Where a Tenderer's Liquidity ratio is less than the acceptable value, the Council may exclude the Tenderer from the competition or may apply discretion seeking supporting evidence to determine the Tenderer's suitability to proceed in the competition. Part IV: Selection criteria - B: Economic and financial standing - Question 4B.5 - Tenderers are required to hold, or commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: a. Employers (Compulsory) Liability Insurance - 10,000,000GBP b. Public Liability Insurance - 5,000,000GBP c. Professional Indemnity - 2,000,000GBP Where a Tenderer does not hold or commit to obtaining the types and levels of insurance indicated, the Council will exclude the Tenderer from the competition."
                },
                {
                    "type": "technical",
                    "description": "Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.1 Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), as set out in the ITT documentation. Health and Safety Procedures The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or equivalent, as set out in the ITT documentation. You must meet any health and safety requirements placed upon you by law. Part IV: Selection criteria - D: Quality Assurance Schemes & Environmental Management - Question 4D.2 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or equivalent, as set out in the ITT documentation."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45221111",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "(SC Ref:572490)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000558028"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000558028"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "SC1819-0003",
            "suppliers": [
                {
                    "id": "org-66",
                    "name": "RJ McLeod (Contractors) Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SC1819-0003",
            "awardID": "SC1819-0003",
            "status": "active",
            "value": {
                "amount": 506746,
                "currency": "GBP"
            },
            "dateSigned": "2019-01-18T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "560",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}