Notice Information
Notice Title
A7 Border to Hollows Junction
Notice Description
Transport Scotland wishes to appoint a suitability experienced contractor to undertake the carriageway rehabilitation and associated civils works on the A7 Trunk Road (the 'Works').
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 Principal Contractor to undertake a scheme of carriageway structural maintenance on the A7 Trunk Road. The contract is envisaged to be awarded and start on site in Autumn and run for approximately 4 weeks. The Contractor will be procured through a competitive tender procedure in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. 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). The location of the site is on the A7 Trunk road bypassing Canonbie village close to the Scottish border. The scheme will commence at the Scottish Border sign for a run for an overall scheme length of 5.7km. Average annual daily traffic I 4283 with 13% HGV's. Results from site investigation confirm carriageway cracking due to thermal stress in the HBM layer. The scope of the Contract will involve a structural inlay to the existing A7 carriageway. The existing concrete base is to be cracked & seated as part of the improvement works. Associated drainage works, barrier replacement and carriageway markings are also included. The scope of the design, construction and completion of the Works for the Contract may include the following provisional scope (the final scope will be included in the tender documents): (a) Site clearance of the works area within the existing highway boundaries including removal of existing traffic signs requiring disposal and general site clearance; (b) Milling of the existing pavement surface to approximately 105mm; (c) Localised areas of full depth treatment to remove defective concrete base if required; (d) existing concrete base to be cracked and seated with associated FWD testing; (e) Laying of EME2 base/binder and TS2010 Site Class 1/2/3 with associate quality testing; (f) replacement of ironwork; (g) upgrade existing drainage; (h) provision of new kerbs; (i) installation of new terminal sections of existing vehicle restraint system; (j) installation of new traffic signs on passively safe posts; (k) road markings and Road Studs; (l) environmental and landscaping measures; (m) traffic management; (n) provision of Health & Safety File and As Built Records (o) all other works generally associated with a trunk road scheme. The Contractor shall subject to the provisions of the Contract, construct, complete and maintain the Works and provide all labour, material, Constructional Plant, Temporary Works transport to and from and in or about the site and everything whether of a temporary or permanent nature. Further details pertaining to the requirement of this procurement are contained within the Supplementary Information Document, which can be accessed via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.. The statement for sub-threshold (Site) notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000586186
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358759
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45233000 - Construction, foundation and surface works for highways, roads
45233100 - Construction work for highways, roads
45233120 - Road construction works
45233124 - Trunk road construction work
45233130 - Construction work for highways
45233140 - Roadworks
45233210 - Surface work for highways
45233220 - Surface work for roads
45233221 - Road-surface painting work
45233222 - Paving and asphalting works
45233223 - Carriageway resurfacing works
45233225 - Single carriageway construction work
45233251 - Resurfacing works
45233280 - Erection of road-barriers
45233290 - Installation of road signs
45233300 - Foundation work for highways, roads, streets and footpaths
45233310 - Foundation work for highways
Notice Value(s)
- Tender Value
- £2,100,000 £1M-£10M
- Lots Value
- £2,100,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 28 Jun 20196 years ago
- Submission Deadline
- 19 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND SOUTH EAST
- Contact Name
- Anthony Black
- Contact Email
- anthony.black@transport.gov.uk
- Contact Phone
- +44 1412727100
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
- TLM91 Scottish Borders
-
- 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=JUN358759&idx=2
28th June 2019 - ESPD A7 Border to Hollows Junction -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN358759&idx=1
28th June 2019 - Economic and Financial Standing Evaluation Criteria Ratios and Scoring -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358759
A7 Border to Hollows Junction - Transport Scotland wishes to appoint a suitability experienced contractor to undertake the carriageway rehabilitation and associated civils works on the A7 Trunk Road (the 'Works').
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-r6ebe6-0000586186-2019-06-28T00:00:00Z",
"date": "2019-06-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000586186",
"initiationType": "tender",
"parties": [
{
"id": "org-5",
"name": "Transport Scotland South East",
"identifier": {
"legalName": "Transport Scotland South East"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0DX"
},
"contactPoint": {
"name": "Anthony Black",
"email": "Anthony.Black@transport.gov.uk",
"telephone": "+44 1412727100",
"faxNumber": "+44 1412727272",
"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"
}
}
],
"buyer": {
"name": "Transport Scotland South East",
"id": "org-5"
},
"tender": {
"id": "TS/ROADS/WKS/2019/02 (19/SE/0103/038)",
"title": "A7 Border to Hollows Junction",
"description": "Transport Scotland wishes to appoint a suitability experienced contractor to undertake the carriageway rehabilitation and associated civils works on the A7 Trunk Road (the 'Works').",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233000",
"scheme": "CPV"
},
{
"id": "45233100",
"scheme": "CPV"
},
{
"id": "45233120",
"scheme": "CPV"
},
{
"id": "45233124",
"scheme": "CPV"
},
{
"id": "45233130",
"scheme": "CPV"
},
{
"id": "45233140",
"scheme": "CPV"
},
{
"id": "45233210",
"scheme": "CPV"
},
{
"id": "45233220",
"scheme": "CPV"
},
{
"id": "45233221",
"scheme": "CPV"
},
{
"id": "45233222",
"scheme": "CPV"
},
{
"id": "45233225",
"scheme": "CPV"
},
{
"id": "45233251",
"scheme": "CPV"
},
{
"id": "45233280",
"scheme": "CPV"
},
{
"id": "45233290",
"scheme": "CPV"
},
{
"id": "45233300",
"scheme": "CPV"
},
{
"id": "45233310",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM91"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2100000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"written"
],
"tenderPeriod": {
"endDate": "2019-07-19T12:00:00Z"
},
"documents": [
{
"id": "JUN358759",
"documentType": "contractNotice",
"title": "A7 Border to Hollows Junction",
"description": "Transport Scotland wishes to appoint a suitability experienced contractor to undertake the carriageway rehabilitation and associated civils works on the A7 Trunk Road (the 'Works').",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN358759",
"format": "text/html"
},
{
"id": "JUN358759-1",
"title": "Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN358759&idx=1",
"datePublished": "2019-06-28T14:44:47Z",
"dateModified": "2019-06-28T14:44:47Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN358759-2",
"title": "ESPD A7 Border to Hollows Junction",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN358759&idx=2",
"datePublished": "2019-06-28T14:44:48Z",
"dateModified": "2019-06-28T14:44:48Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
],
"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 Principal Contractor to undertake a scheme of carriageway structural maintenance on the A7 Trunk Road. The contract is envisaged to be awarded and start on site in Autumn and run for approximately 4 weeks. The Contractor will be procured through a competitive tender procedure in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. 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). The location of the site is on the A7 Trunk road bypassing Canonbie village close to the Scottish border. The scheme will commence at the Scottish Border sign for a run for an overall scheme length of 5.7km. Average annual daily traffic I 4283 with 13% HGV's. Results from site investigation confirm carriageway cracking due to thermal stress in the HBM layer. The scope of the Contract will involve a structural inlay to the existing A7 carriageway. The existing concrete base is to be cracked & seated as part of the improvement works. Associated drainage works, barrier replacement and carriageway markings are also included. The scope of the design, construction and completion of the Works for the Contract may include the following provisional scope (the final scope will be included in the tender documents): (a) Site clearance of the works area within the existing highway boundaries including removal of existing traffic signs requiring disposal and general site clearance; (b) Milling of the existing pavement surface to approximately 105mm; (c) Localised areas of full depth treatment to remove defective concrete base if required; (d) existing concrete base to be cracked and seated with associated FWD testing; (e) Laying of EME2 base/binder and TS2010 Site Class 1/2/3 with associate quality testing; (f) replacement of ironwork; (g) upgrade existing drainage; (h) provision of new kerbs; (i) installation of new terminal sections of existing vehicle restraint system; (j) installation of new traffic signs on passively safe posts; (k) road markings and Road Studs; (l) environmental and landscaping measures; (m) traffic management; (n) provision of Health & Safety File and As Built Records (o) all other works generally associated with a trunk road scheme. The Contractor shall subject to the provisions of the Contract, construct, complete and maintain the Works and provide all labour, material, Constructional Plant, Temporary Works transport to and from and in or about the site and everything whether of a temporary or permanent nature. Further details pertaining to the requirement of this procurement are contained within the Supplementary Information Document, which can be accessed via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk The Contractor shall ensure that all contracts with Subcontractors and Suppliers which the Contractor intends to procure following the Commencement Date, and which the Contractor has not, before the date of this Contract, already planned to award to a particular Subcontractor or Supplier, are advertised through the Public Contracts Scotland procurement portal (www.publiccontractsscotland.gov.uk) and awarded following a fair, open, transparent and competitive process proportionate to the nature and value of the contract.. The statement for sub-threshold (Site) notices: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
"status": "active",
"value": {
"amount": 2100000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 30
},
"hasRenewal": false
}
],
"contractTerms": {
"performanceTerms": "It is the Employer's policy to measure the performance of each Contractor on a regular basis. In the event that the Contractors 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": "2019-08-05T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Professional or Trade Registers Economic operators must be enrolled in the relevant professional or trade registers kept in the Member state of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) (i.e. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. Furthermore, economic operators site staff must be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent. Economic operators should provide details under Question Ref. 4C.6 and 4C.12, in accordance with the requirements of this Contract Notice. Standards and Specification Subject to other provisions of the Contract, the standards with which the Contractor shall comply with include: - Design Manual for Roads and Bridges (DMRB) - Manual of Contract Documents for Highway Works (MCHW) - Interim Advice Notes (IANs) - Transport Scotland Interim Amendments (TSIA) It is intended that for this contract, the successful economic operator shall be appointed to fulfil 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 prepared to accept such appointment under the contract, should be provided for under Question Ref. 4C.6 in accordance with this Contract Notice. 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. Economic Operators will be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information provided within the European Single Procurement Document (\"ESPD\")."
},
{
"type": "economic",
"description": "Economic Operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, Economic Operators shall: (a) in response to ESPD, Question Ref. 4B.1.1 provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to ESPD, Question Ref. 4B.4 provide the name, value and/or range of NINE financial criteria for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to ESPD, Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) and (b), economic operators are required to provide a link / copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company) for the last two years of trading, or for the period which is available if less than two years. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
"minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under ESPD, Question Ref. 4B.4 shall be evaluated and scored out of 50 by allocating a score against nine individual economic and financial standing evaluation criteria, namely: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The individual scores shall be weighted , with the most recent (\"Year 1\") financial statements weighted at 67% and the previous (\"Year 2\") statements being weighted at 33%, to form an aggregated score for each of the nine criteria over the two years. The maximum cumulative score resulting from the summation of the nine economic and financial standing aggregated scores shall be 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by a Single Economic Operator or a Group of Economic Operators is less than 50 percent of the available marks. The scoring mechanism can be downloaded via the Public Contracts Scotland portal www.publiccontractsscotland.gov.uk. (Also see appended document (1) for scoring mechanism) Where the submission has been submitted by a Group of Economic Operators, the information submitted by each Group Member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each Group Member and a score determined for such Group of Economic Operators on that basis. Insurance (Question Ref. 4B.5) In response to Question Ref. 4B.5 Economic Operators must confirm they already have or can commit to obtain, prior to the commencement the following levels of insurance: Employer's Liability Insurance = 10 000 000 GBP Public Liability Insurance = 10 000 000 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 ESPD, Question Ref. 4C.1 economic operators shall be required to insert suitable responses to Statements (a) to (e) set out below, demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be answered by Single Economic Operators and by Groups of Economic Operators (Group Members should not respond individually). Responses to Statements (a) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable answer) shall be excluded from the procurement competition. The responses to Statements (b), (c), (d) and (e) shall be assessed on the basis of a score with a minimum threshold, using the following scoring mechanism: - Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion (0 - 2 Unacceptable); - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability (3 - 4 Weak); - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature (5 - 6 Acceptable); - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (7 - 8 Good); - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients (9 -10 Excellent). A response shall be marked as a FAIL and will not be considered further if the score achieved for any statement is less than or equal to 2. Where a response is greater than 2 it shall be weighted in order to calculate a score out of 100 for the 4 statements. Under ESPD, Question Ref. 4C.7 economic operators shall be required to insert suitable responses to Statements (g), (h), and (i) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators should specify their recognised accredited system or own non-accredited system, which will ultimately shall be adopted if awarded the contract. Subsequently, under ESPD, Question Ref. 4D.1 economic operators are required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (g), (h) and (i) shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no management system in use will not be considered for this contract. The response to Statement (j) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to provide suitable experience or satisfy these minimum standards shall be excluded from the procurement competition. Under ESPD, Question Ref. 4A.1 and/or 4C.12 economic operators shall be required to insert suitable responses to Statement (k) 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) - Within the last 5 years, have you been involved in at least one road infrastructure project for a client with a construction cost of at least 1,500,000 GBP sterling in 2019 prices exclusive of VAT? Statement (b) - Management and Supervision (Weighting - 30%) - Provide details of experience of providing the management and supervision of construction and maintenance activities for road infrastructure. Provide details for the reference projects of experience of trunk road construction in a rural environment for a works contract. Statement (c) Traffic Management Systems- (Weighting - 30%) Provide details of experience on the reference projects of the development, installation, commissioning and operation of traffic management solutions within a trunk road network in a rural environment Statement (d) - Working with key stakeholders (Weighting - 20%) - Provide details of approach on working with, managing and interfacing with, key stakeholders during the services to ensure that the rights, interests and requirements of all parties are protected and delivered. The response to be provided should provide: evidence of the approaches to consultation with key stakeholders; evidence of the development of mutual value; and benefits achieved as a result of consultation. Statement (e) - Environment (Weighting - 20%) - Provide details of approach on minimising and mitigating the impact on the environment, local community. The response to be provided should provide: details of specific mitigation measures adopted; and how the effectiveness of these measures was assessed. Note: The responses to Statements (b) to (e) inclusive shall have been substantially carried out in the last 5 years. Statement (g) - Quality Management System. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2000 (Quality Management Systems); Other accredited management system; or Own non-accredited management system. Statement (h) - Environmental Management System. This may BS EN ISO 14001:2004 (Environmental Management Systems) ; Other accredited management system; or Own non-accredited management system. Statement (i) - Health and Safety Management System. This may BS EN ISO 18001:2007 (Occupational Health and Safety Management Systems) and associated standards ; Other accredited management system; or Own non-accredited management system. Statement (j) - It is a requirement of the contract that the staff employed under the Contract shall have the appropriate levels of experience, education and professional qualifications. Technical Staff - Appropriately qualified to contribute to the provision of services. Statement (k) - It is a requirement of the contract that the all site staff to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent. 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) - Traffic Signs Regulations and General Directions 2016 Furthermore, it is the intention that, if awarded the contract, the Contractor shall be required to perform the duties Principal Contractor under the Construction (Design and Management) Regulations 2015."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45233223",
"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
},
"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 it is the intention that the Contract will be entered into between the Scottish Ministers and the most economically advantageous tenderers. The Contract terms and conditions will be based on ICE Conditions of Contract 5th Edition with bespoke amendments. These amendments may arise from three basic considerations: - amendments to reflect the Scottish Ministers' particular requirements and risk allocation for this agreement; - amendments to reflect Scots law; and - presentational changes to make the Contract more user friendly (for example, the introduction of an alphabetical schedule of definitions together with additional definitions). 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 one data USB memory stick of the completed ESPD, in a sealed package to arrive by no later than 12 noon BST/GMT on 19 July 2019 to the following addressee and address: Procurement Support Manager Transport Scotland Buchanan House 58 Port Dundas Road Glasgow G4 0HF United Kingdom 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 shall be made through the Public Contracts Scotland website. The deadline to submit questions relating to the submission via the Public Contracts Scotland portal is 1200hrs BST/GMT on 15th July 2019. 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=586186. (SC Ref:586186)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000586186"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}