Notice Information
Notice Title
Hawick Flood Protection Scheme - Main Works
Notice Description
Scottish Borders Council (the Council) intends to take forward a series of flood protection measures in Hawick town centre which will protect over 900 business and residential properties against the effects of the 1 in 75 year flood event in the River Teviot. The works will comprise around 6km of flood defences walls and embankments, new culverts, surface water pumping stations, Hawick waste water treatment works pumping station, replacement of 3 footbridges and the provision of new landscaping and reinstatement of the riparian corridor. Further details of the proposals, including a list of organisations who have registered an interest in becoming part of the multi layered supply chain that will deliver this project can be found at www.hawickfloodscheme.com.
Lot Information
Lot 1
The Hawick Flood Protection Scheme (HFPS) will provide a significant benefit to the residents and businesses of Hawick by virtue of alleviating the effects of a major flood event in the River Teviot. The town has suffered from flooding in the recent past, including large numbers of properties inundated in 2005 and 2015, causing significant economic and human adverse effects. The HFPS will comprise the construction of nearly 6km of entirely new flood defences, the great majority of which are flood defence walls. The walls will generally be sheet pile cored to a depth of between 4 and 12m below ground level, with reinforced concrete pile cap and stem. Exposed concrete will either be clad in natural stone or finished with a formlined pattern. Around 60 glass panels, each 2.5m wide and up to 1.4m deep are to be set into the floodwalls. Approximately 1.8km of the defences will require to be constructed directly within the watercourse. A short section of embankment will comprise a sheet pile core with locally won granular shoulders. Eight entirely new automatic surface water pumping stations will provide further protection, comprising wet wells up to 6m deep and 5m diameter, valve chambers up to 4m deep and 6m diameter and GRP kiosks to house the power and control units. The MEICA design for the surface water pumping stations will be the main contractor design element. The discharge capacity of the submersible pumps will vary within each pumping station, with the largest requiring to deliver up to 450 l/s. A ninth pumping station will be required within the Hawick waste water treatment works to assist the works during high flows and flood events, with submersible pumps capable of delivering up to 1100 l/s of storm water. Approximately 275m and 185m of new culvert will be required to discharge the Stirches and Boosie Burns respectively into the River Teviot. Requirement to install 9 new single leaf lift hinge floodgates within the flood defences to maintain pedestrian and vehicle access and 2 sets of stop log type demountable barriers are also required. The existing Lawson, Victoria and Mansfield steel truss footbridges will, as a minimum, require to be raised by 1.0m, 1.0m and 0.4m respectively at their current location, comprising new abutments and extension legs welded to the deck supports at midspan. The current preferred option which is currently subject to SUSTRANS funding confirmation, is to remove the existing bridges from their supports and replace with entirely new steel truss structures at new locations, with deck widths up to 4.0m wide. If SUSTRANS funding is confirmed, the new bridges will be part of a new 7.0km combined pedestrian and cycle route throughout Hawick, which will be delivered by this procurement excercise. The replacement bridge option will be the scenario which is to be priced as part of this procurement exercise. Further details of the work description are appended to the ESPD. Construction of the HFPS will be subject to a number of environmental and pedestrian / traffic management constraints, including restrictions on the time of year when works can be carried out within or adjacent to the river channel in order to reduce the impacts on salmon migration, and restrictions on which roads and footpaths can be closed simultaneously. The Council are currently carrying out an advance works contract which comprises the diversion of a large number of existing public utilities and the felling of the majority of trees which may be impacted by construction of the project. This procurement exercise will still require the protection and small scale diversion of some public utilities and a small amount of tree felling. The Council intend to appoint a main contractor to carry out the construction of this project under the terms and conditions of NEC3 (Engineering and Construction Contract) Option A contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000576309
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN388422
- 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
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
42131143 - Flood-control valves
44212382 - Floodgates
45000000 - Construction work
45200000 - Works for complete or part construction and civil engineering work
45220000 - Engineering works and construction works
45223200 - Structural works
45246000 - River regulation and flood control works
45246200 - Riverbank protection works
45246400 - Flood-prevention works
45246410 - Flood-defences maintenance works
45247212 - Dam-reinforcement works
45247270 - Reservoir construction works
45262640 - Environmental improvement works
71300000 - Engineering services
Notice Value(s)
- Tender Value
- £49,000,000 £10M-£100M
- Lots Value
- £49,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £52,204,975 £10M-£100M
Notice Dates
- Publication Date
- 17 Jun 20205 years ago
- Submission Deadline
- 23 Apr 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 8 May 20205 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
- SCOTTISH BORDERS COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@scotborders.gov.uk
- Contact Phone
- +44 1835824000
Buyer Location
- Locality
- NEWTOWN ST BOSWELLS
- Postcode
- TD6 0SA
- Post Town
- Galashiels
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM9 Southern Scotland
- Small Region (ITL 3)
- TLM91 Scottish Borders
- Delivery Location
- TLM91 Scottish Borders
-
- Local Authority
- Scottish Borders
- Electoral Ward
- Selkirkshire
- Westminster Constituency
- Berwickshire, Roxburgh and Selkirk
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349033
Hawick Flood Protection Scheme - Main Works - Scottish Borders Council (the Council) intends to take forward a series of flood protection measures in Hawick town centre which will protect over 900 business and residential properties against the effects of the 1 in 75 year flood event in the River Teviot. The works will comprise around 6km of flood defences walls and embankments, new culverts, surface water pumping stations, Hawick waste water treatment works pumping station, replacement of 3 footbridges and the provision of new landscaping and reinstatement of the riparian corridor. Further details of the proposals, including a list of organisations who have registered an interest in becoming part of the multi layered supply chain that will deliver this project can be found at www.hawickfloodscheme.com. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN388422
Hawick Flood Protection Scheme - Main Works - Scottish Borders Council (the Council) intends to take forward a series of flood protection measures in Hawick town centre which will protect over 900 business and residential properties against the effects of the 1 in 75 year flood event in the River Teviot. The works will comprise around 6km of flood defences walls and embankments, new culverts, surface water pumping stations, Hawick waste water treatment works pumping station, replacement of 3 footbridges and the provision of new landscaping and reinstatement of the riparian corridor. Further details of the proposals, including a list of organisations who have registered an interest in becoming part of the multi layered supply chain that will deliver this project can be found at www.hawickfloodscheme.com.
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-r6ebe6-0000576309-2020-06-17T00:00:00Z",
"date": "2020-06-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000576309",
"initiationType": "tender",
"parties": [
{
"id": "org-37",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA"
},
"contactPoint": {
"email": "procurement@scotborders.gov.uk",
"telephone": "+44 1835824000",
"faxNumber": "+44 1835825150",
"url": "https://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.scotborders.gov.uk"
}
},
{
"id": "org-163",
"name": "Scottish Borders Council",
"identifier": {
"legalName": "Scottish Borders Council"
},
"address": {
"streetAddress": "Council Headquarters",
"locality": "Newtown St Boswells",
"region": "UK",
"postalCode": "TD6 0SA"
},
"contactPoint": {
"email": "procurement@scotborders.gov.uk",
"telephone": "+44 1835824000",
"faxNumber": "+44 1835825150",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "05",
"description": "Environmental protection",
"scheme": "COFOG"
}
],
"url": "http://www.scotborders.gov.uk"
}
},
{
"id": "org-164",
"name": "McLaughlin & Harvey",
"identifier": {
"legalName": "McLaughlin & Harvey"
},
"address": {
"streetAddress": "15 Trench Road, Mallusk",
"locality": "Newtownabbey",
"region": "UKN0",
"postalCode": "BT36 4TY"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-165",
"name": "Jedburgh Sherriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Jedburgh Sherriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Castlegate",
"locality": "Jedburgh",
"postalCode": "TD8 6AR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Scottish Borders Council",
"id": "org-163"
},
"tender": {
"id": "SBC/CPS/1595",
"title": "Hawick Flood Protection Scheme - Main Works",
"description": "Scottish Borders Council (the Council) intends to take forward a series of flood protection measures in Hawick town centre which will protect over 900 business and residential properties against the effects of the 1 in 75 year flood event in the River Teviot. The works will comprise around 6km of flood defences walls and embankments, new culverts, surface water pumping stations, Hawick waste water treatment works pumping station, replacement of 3 footbridges and the provision of new landscaping and reinstatement of the riparian corridor. Further details of the proposals, including a list of organisations who have registered an interest in becoming part of the multi layered supply chain that will deliver this project can be found at www.hawickfloodscheme.com.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45246000",
"scheme": "CPV"
},
{
"id": "45246400",
"scheme": "CPV"
},
{
"id": "45246410",
"scheme": "CPV"
},
{
"id": "44212382",
"scheme": "CPV"
},
{
"id": "42131143",
"scheme": "CPV"
},
{
"id": "45200000",
"scheme": "CPV"
},
{
"id": "45220000",
"scheme": "CPV"
},
{
"id": "71300000",
"scheme": "CPV"
},
{
"id": "45246200",
"scheme": "CPV"
},
{
"id": "45247212",
"scheme": "CPV"
},
{
"id": "45247270",
"scheme": "CPV"
},
{
"id": "45223200",
"scheme": "CPV"
},
{
"id": "45262640",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Hawick - Scottish Borders TD9"
},
"deliveryAddresses": [
{
"region": "UKM91"
},
{
"region": "UKM91"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 49000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-04-23T12:00:00Z"
},
"documents": [
{
"id": "MAR349033",
"documentType": "contractNotice",
"title": "Hawick Flood Protection Scheme - Main Works",
"description": "Scottish Borders Council (the Council) intends to take forward a series of flood protection measures in Hawick town centre which will protect over 900 business and residential properties against the effects of the 1 in 75 year flood event in the River Teviot. The works will comprise around 6km of flood defences walls and embankments, new culverts, surface water pumping stations, Hawick waste water treatment works pumping station, replacement of 3 footbridges and the provision of new landscaping and reinstatement of the riparian corridor. Further details of the proposals, including a list of organisations who have registered an interest in becoming part of the multi layered supply chain that will deliver this project can be found at www.hawickfloodscheme.com.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR349033",
"format": "text/html"
},
{
"id": "JUN388422",
"documentType": "awardNotice",
"title": "Hawick Flood Protection Scheme - Main Works",
"description": "Scottish Borders Council (the Council) intends to take forward a series of flood protection measures in Hawick town centre which will protect over 900 business and residential properties against the effects of the 1 in 75 year flood event in the River Teviot. The works will comprise around 6km of flood defences walls and embankments, new culverts, surface water pumping stations, Hawick waste water treatment works pumping station, replacement of 3 footbridges and the provision of new landscaping and reinstatement of the riparian corridor. Further details of the proposals, including a list of organisations who have registered an interest in becoming part of the multi layered supply chain that will deliver this project can be found at www.hawickfloodscheme.com.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN388422",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Hawick Flood Protection Scheme (HFPS) will provide a significant benefit to the residents and businesses of Hawick by virtue of alleviating the effects of a major flood event in the River Teviot. The town has suffered from flooding in the recent past, including large numbers of properties inundated in 2005 and 2015, causing significant economic and human adverse effects. The HFPS will comprise the construction of nearly 6km of entirely new flood defences, the great majority of which are flood defence walls. The walls will generally be sheet pile cored to a depth of between 4 and 12m below ground level, with reinforced concrete pile cap and stem. Exposed concrete will either be clad in natural stone or finished with a formlined pattern. Around 60 glass panels, each 2.5m wide and up to 1.4m deep are to be set into the floodwalls. Approximately 1.8km of the defences will require to be constructed directly within the watercourse. A short section of embankment will comprise a sheet pile core with locally won granular shoulders. Eight entirely new automatic surface water pumping stations will provide further protection, comprising wet wells up to 6m deep and 5m diameter, valve chambers up to 4m deep and 6m diameter and GRP kiosks to house the power and control units. The MEICA design for the surface water pumping stations will be the main contractor design element. The discharge capacity of the submersible pumps will vary within each pumping station, with the largest requiring to deliver up to 450 l/s. A ninth pumping station will be required within the Hawick waste water treatment works to assist the works during high flows and flood events, with submersible pumps capable of delivering up to 1100 l/s of storm water. Approximately 275m and 185m of new culvert will be required to discharge the Stirches and Boosie Burns respectively into the River Teviot. Requirement to install 9 new single leaf lift hinge floodgates within the flood defences to maintain pedestrian and vehicle access and 2 sets of stop log type demountable barriers are also required. The existing Lawson, Victoria and Mansfield steel truss footbridges will, as a minimum, require to be raised by 1.0m, 1.0m and 0.4m respectively at their current location, comprising new abutments and extension legs welded to the deck supports at midspan. The current preferred option which is currently subject to SUSTRANS funding confirmation, is to remove the existing bridges from their supports and replace with entirely new steel truss structures at new locations, with deck widths up to 4.0m wide. If SUSTRANS funding is confirmed, the new bridges will be part of a new 7.0km combined pedestrian and cycle route throughout Hawick, which will be delivered by this procurement excercise. The replacement bridge option will be the scenario which is to be priced as part of this procurement exercise. Further details of the work description are appended to the ESPD. Construction of the HFPS will be subject to a number of environmental and pedestrian / traffic management constraints, including restrictions on the time of year when works can be carried out within or adjacent to the river channel in order to reduce the impacts on salmon migration, and restrictions on which roads and footpaths can be closed simultaneously. The Council are currently carrying out an advance works contract which comprises the diversion of a large number of existing public utilities and the felling of the majority of trees which may be impacted by construction of the project. This procurement exercise will still require the protection and small scale diversion of some public utilities and a small amount of tree felling. The Council intend to appoint a main contractor to carry out the construction of this project under the terms and conditions of NEC3 (Engineering and Construction Contract) Option A contract.",
"status": "complete",
"value": {
"amount": 49000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Key Contract Personnel",
"description": "20"
},
{
"type": "price",
"description": "50"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 6
},
"selectionCriteria": {
"description": "Envisaged minimum number: 5 Envisaged maximum number: 6 Bidders must pass the minimum standards of the ESPD within sections 4A, 4B & 4D of the PCS-t Qualification envelope. Bidders must complete the scored element of the ESPD within Technical and Professional Ability at section 4C which can be found in the PCS-t Technical envelope. Section 4C will be scored as per the scoring methodology detailed below. Bidders must score 2 out of 4 (50%) or above in each question of the Technical Envelope to be considered for short-listing to the Invitation to Tender (ITT) stage. Subject to passing this minimum standard the sum of the Section 4C weighted scores for each bidder will be used to create a final shortlist based on the minimum and maximum number of bidders to be invited to the ITT as stated above. Scoring Methodology 0 = 0% Unacceptable, nil or inadequate response or fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 = 25% Poor, response is partially relevant and poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/capacity or capability. 2 = 50% Acceptable, response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 = 75% Good, response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience,knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 = 100% Excellent, response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience,knowledge or skills/capacity/capability relevant to providing similar services to similar clients. It is noted that the capability of bidders will be assessed on their previous experience of undertaking any major civil engineering project which has involved works in or adjacent to a river or coastal environment and which has been undertaken in or has had an impact on an adjacent or nearby major road."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1020
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-05-31T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: Insurance Question 4B.5 In response to Question 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = 10,000,000 GBP Public Liability Insurance = 50,000,000 GBP Professional Indemnity Insurance = 10,000,000 GBP Contractors \"All Risks\" Insurance Contractors Pollution Liability Insurance = 5,000,000 GBP Motor Third Party Liability Insurance = 5,000,000 GBP In responding to any part of Question 4B.5 of the ESPD, where the tenderer ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL.",
"minimum": "a) Question 4B.1 - Minimum \"general\" yearly turnover of GBP GBP100,000,000 for the last two years of trading,or for the period which is available if trading for less than two years; b)Question 4B.4 - Evaluation Criteria Ratios The financial information received under ESPD, Question 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 in each year. 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 template laying out the scoring mechanism can be downloaded and is provided with the ESPD documentation. c)The Council will access a CreditSafe report for the tenderers organisation and use the information contained within to assist with the assessment of the tenderers economic and financial standing. A rating no less than 50 is required. 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. The template for this information (if relevant) is provided with the ESPD information. 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 Scottish Borders Council 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 Scottish Borders Council clarification will be sought. Where a tenderer does not meet any one of requirements (a), (b) or (c) then the tenderer will be marked as a FAIL and will progress no further in the tender process. In the event the analysis of your financial position determines that additional measures are necessary in order to provide assurance of financial strength you may be required to provide a Parent Company Guarantee and/or Bank Guarantee. In any event, and if your organisation is a private or public company and the tenderer is a subsidiary, then a completed Parent Company Guarantee is required for any subsidiary members from a consortium. The Council reserves the right to evaluate the economic and financial standing of the Parent Company in the same way as any other tenderer. Should none of the above requirements be satisfactory to the Council, the Council reserves the right to exclude the tenderer from the tender process. The Council further reserves the right to revisit any part of the ESPD evaluation process at any time during the procurement process prior to and at the point of any contract award."
},
{
"type": "technical",
"description": "Question 4C.2.1.3 Bidders are required to provide examples of works of a similar* nature and scale over the past 5 years that demonstrates experience to deliver the works. Bidders examples must include, but are not limited, the following details. The details may come from the same project or multiple projects. i)Details of previous similar* projects which have involved a significant proportion of vibro-driven sheet piles and the methods used to control noise and vibration; ii) Details of previous similar* projects which have involved the construction of temporary and / or permanent works in a river channel and the methods used to control the ingress of water; iii) Details of previous similar* projects which have involved significant traffic and pedestrian management and the methods used to advertise, manage and execute the traffic management. Provide details of any lessons learned and what could work better in the future. iv) Details of previous similar* projects which have involved the protection or diversion of public utilities and the methods used to ensure the integrity of such services during construction of the project. v) Examples of initiatives undertaken by the bidder during the project examples that have added value (health and safety, environmental, cost, time or quality) to the project out-turn. *Similar nature to a flood protection scheme means any major civil engineering project which has involved works in or adjacent to a river or coastal environment and which has been undertaken in or has had an impact on an adjacent or nearby major road. It should be noted that the capability of the bidders will be assessed on their previous experience of undertaking works of a similar nature and scale. ESPD 4C.2.1.8 - Provide details of Project Management experience, education and Professional Qualifications for those who carry out this role in projects of similar scale and complexity. Provide information for Project Managers who worked on the project examples provided and who are currently still employed by your organisation. ESPD 4C.2.1.9 - Provide details of the Site Agent or Site Manager experience, education and Professional Qualifications for those who carry out the site agency or management roles in projects of similar scale and complexity. Provide information for Site Agents / Managers who worked on the project examples provided and who are still employed by your organisation. ESPD 4C.2.1.10 - Provide details of the other management, technical and support staff who are an integral part of a project team delivering projects of similar scale and complexity. Describe the roles they undertake and the benefits they bring to the project. ESPD 4C.2.1.11 - Demonstrate your understanding of the key environmental and ecological risks associated with a project of this scale, complexity and location. Identify how you have eliminated, controlled or mitigated similar risks in previous projects.",
"minimum": "ESPD 4D Quality Management Procedures The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 9001 (or equivalent), OR The bidder must hold the following: A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive or equivalent, which is periodically reviewed at a senior management level. ESPD 4D Quality Assurance Schemes 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. The bidder must be Constructionline accredited (or equivalent)or state they are willing to obtain. ESPD 4D Environmental Management Systems or Standards 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 The bidder must hold the following: A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive or equivalent. The policy must include and describe the bidder's environmental emergency response procedures, including the preparedness and response procedures for potential accidents, incidents and emergency situations that give rise to significant environmental impacts (e.g. hazardous substance spill control)"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"reviewDetails": "Scottish Borders Council will incorporate a minimum 10 day standstill period at the point of information on the award of the contract is communicated to tenderers. The Public Contract (Scotland) Regulations 2015 (SSI,2015No446)provide for aggrieved parties who have been harmed or at risk of harm by a breach of the rule to take action in the Sherriff Court or Court of Session. A claim for an ineffectiveness order must be made within 30 days of the Contract Award being published on the OJEU or within 30 days of the date to those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 058-132930"
}
],
"description": "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. Bidders should note that when it is judged by the Council (at their sole discretion) to be appropriate the Council will collaborate with relevant bodies (including Police Scotland) to actively share significant elements of information provided and detailed in this response. Bidders shall ensure all relevant certificates, insurances etc. are up to date. If the Tender is from a consortium, please note that only one Tender from the consortium, nominating a lead organisation (which will be responsible for administration of the Contract and in which regard shall also act as the central point for payment purposes), will be accepted. The full names, designations, and current addresses of all members of the consortium and the lead organisation will require to be submitted. In addition all members of the consortium will be required to execute the Contract together with all ancillary documentation, evidencing their joint and several liability in respect of the obligations and liabilities of the Contract. Aside from the foregoing, it will otherwise generally be for the members of the consortium to sort out their respective liabilities amongst each other. Once shortlisting has been completed for Stage 1 the following documents will be required: Evidence of your company's insurance certification detailing the required level of insurance as per the levels stated within the contract notice. A completed copy of the following forms: Certificate of Non Collusion, Canvassing & Declaration Freedom of Information Non Involvement in Serious Crime Declaration The Council reserves the right to enter into a negotiated value engineering exercise with suitable tenders if it considers it appropriate. Should there be an insufficient number of candidates meeting the selection criteria to enable genuine competition then the Council may use a negotiated procedure without further publication of a contract notice. Any change in circumstance, or change in information provided, following the submission of the ESPD, shall be notified by the tenderer to the Council as soon as practicable. The Council reserves the right to request additional information regarding this change. The Council reserves the right to reject or disqualify a tenderer where there is a change in identity, control, financial standing or other factors impacting on the selection or evaluation process affecting the tender. The Council reserves the right not to award a contract without liability on its part. (SC Ref:621597)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000576309"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000576309"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "SBC/CPS/1595",
"suppliers": [
{
"id": "org-164",
"name": "McLaughlin & Harvey"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SBC/CPS/1595",
"awardID": "SBC/CPS/1595",
"status": "active",
"value": {
"amount": 52204975.18,
"currency": "GBP"
},
"dateSigned": "2020-05-08T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "327",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "328",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "329",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "330",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "331",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}