Tender

Clyde Tunnel Renewal of Carriageway Lighting & SCADA Control System

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

10 Jul 2019 at 00:00

Summary of the contracting process

Glasgow City Council is currently conducting a public procurement process for the project titled "Clyde Tunnel Renewal of Carriageway Lighting & SCADA Control System," aimed at renewing the lighting system and control mechanisms within the Clyde Tunnel. This initiative falls under the 'works' category, with an estimated contract value of £2,375,000. The procurement is at the tender stage, with a submission deadline set for 2nd September 2019. Bidders are required to submit their proposals electronically via the specified portal.

This tender represents a significant opportunity for businesses specialising in engineering, electrical installations, and maintenance services, particularly those experienced in SCADA systems and tunnel lighting. Companies with a strong track record in similar projects and the necessary qualifications, including relevant insurance and financial stability, are encouraged to compete. Successful bidders not only gain a lucrative contract but also the potential for ongoing maintenance work, creating a pathway for further business growth in the local infrastructure market.

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

Clyde Tunnel Renewal of Carriageway Lighting & SCADA Control System

Notice Description

Renewal of Carriageway Lighting & SCADA Control System within the Clyde Tunnel to include on going maintenance of the SCADA system once installed

Lot Information

Lot 1

Glasgow City Council has a requirement to renew the lighting system in the vehicular carriageways of the Clyde Tunnel with LED Lighting. At the same time the Supervisory Control and Data Acquisition (SCADA) system will also be replaced. The SCADA system covers the control of the following within the tunnel: 1. Photometry and Lighting control functionality 2. Pump System monitoring and manual control functionality 3. Visibility Sensors and associated ventilation control functionality 4. Traffic monitoring and smoke detection via CCTV system 5. Over-Height Vehicle Detection (OHD) and traffic light actuation 6. Ventilation System 7. Nadir Fan Control and monitoring 8. Main breaker control and monitoring The contractor will also be required to provide maintenance for the SCADA system for the life of the contract.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000589841
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360040
Current Stage
Tender
All Stages
Tender

Procurement Classification

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

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

42 - Industrial machinery


CPV Codes

34993100 - Tunnel lighting

42961200 - Scada or equivalent system

Notice Value(s)

Tender Value
£2,375,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
10 Jul 20196 years ago
Submission Deadline
2 Sep 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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Linda O'Dell
Contact Email
linda.o'dell@glasgow.gov.uk
Contact Phone
+44 1412876437

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
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
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

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-r6ebe6-0000589841-2019-07-10T00:00:00Z",
    "date": "2019-07-10T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000589841",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-23",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Linda O'Dell",
                "email": "linda.o'dell@glasgow.gov.uk",
                "telephone": "+44 1412876437",
                "faxNumber": "+44 1412879399",
                "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.glasgow.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-23"
    },
    "tender": {
        "id": "GCC004811CPU",
        "title": "Clyde Tunnel Renewal of Carriageway Lighting & SCADA Control System",
        "description": "Renewal of Carriageway Lighting & SCADA Control System within the Clyde Tunnel to include on going maintenance of the SCADA system once installed",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "42961200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "City of Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2375000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-09-02T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-09-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL360040",
                "documentType": "contractNotice",
                "title": "Clyde Tunnel Renewal of Carriageway Lighting & SCADA Control System",
                "description": "Renewal of Carriageway Lighting & SCADA Control System within the Clyde Tunnel to include on going maintenance of the SCADA system once installed",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360040",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Glasgow City Council has a requirement to renew the lighting system in the vehicular carriageways of the Clyde Tunnel with LED Lighting. At the same time the Supervisory Control and Data Acquisition (SCADA) system will also be replaced. The SCADA system covers the control of the following within the tunnel: 1. Photometry and Lighting control functionality 2. Pump System monitoring and manual control functionality 3. Visibility Sensors and associated ventilation control functionality 4. Traffic monitoring and smoke detection via CCTV system 5. Over-Height Vehicle Detection (OHD) and traffic light actuation 6. Ventilation System 7. Nadir Fan Control and monitoring 8. Main breaker control and monitoring The contractor will also be required to provide maintenance for the SCADA system for the life of the contract.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 300
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2019-09-02T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "For Key Performance Indicators relating to this procurement please refer to the following documents within the suppliers attachment area of PCS-T: 1. GCC004811CPU - Invitation To Tender 2. GCC004811CPU - Terms and conditions - Clyde Tunnel Renew of Carriageway Lighting and Supply and Maintenance of Software System"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Refers Question 4B.4 of the ESPD: Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- There is a minimum financial requirement that affects Trading Performance and Balance Sheet strength. Financial requirements should be calculated on latest filed accounts with Companies House. For non-UK Companies, ratios should be calculated on information contained in most recent audited accounts. Trading Performance Ratio An overall positive outcome on pre-tax profit over a 3 year period. Exceptional items, occurring in the normal course of business, can be excluded from calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Refers to Question 4B.6 of the ESPD: Applicants who do not comply with the above financial requirements, but are part of a Group, can provide a Parent Guarantee, if the Parent Company satisfies the financial requirements stipulated above. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing.",
                    "minimum": "Refers to Questions 4B.5.1 - 5.3 of the ESPD: All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved. All changes to the standard insurance requirements listed below will be approved in advance by Glasgow City Council's Financial Services Insurance Section. Where changes occur, the specific insurance requirements for the project will be outlined within the tender documentation, however at this time the Councils standard insurance requirements are outlined as follows as they are expected to be the minimum requirement. Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability / Pollution Extension The organisation/consultant shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least TEN MILLION POUNDS (10,000,000 GBP) STERLING in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. Products Liability The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least TEN MILLION (10,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Professional Indemnity The organisation/consultant shall take out and maintain throughout the period of their services and for a further 12 years on completion of their service, Professional Indemnity insurance to the value of a minimum FIVE MILLION (5,000,000 GBP) POUNDS STERLING in respect of any one claim and in the aggregate, subject to a minimum of [one] reinstatement. Contract Works The organisation/consultant shall take out and maintain throughout the period of their services, Contract Works insurance to the value of the contract. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for other EU member states. No organisation may sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, except with the Council's express permission in writing. It is the express responsibility of the lead organisation to ensure this is the case. Should the Applicant not have the specified insurances at the time of expressing an interest then the Applicant must certify in their response to this ESPDS that the specified insurance will be obtained prior to contract award, should they be successful."
                },
                {
                    "type": "technical",
                    "description": "Refers to ESPD Question 4C.1 ESPDS Question Please provide relevant examples of works carried out in the past five years as specified in the Contract Notice. ESPDS Statement Please note you are required to provide details of TWO examples of road tunnel lighting and SCADA renewal works as specified in the contract notice carried out in the last TEN years. Relevant examples must demonstrate your company's experience and competency in delivering works similar in size, scope and scale to that prescribed in the Works Information The projects must have been undertaken and successfully completed by your company within the last 10 years. Your response must include as a minimum, but is not limited to the following areas:- - Description of works carried out; - Details of SCADA control arrangements; - Details of lighting equipment and controls; - Details of traffic management arrangements; - Details of subsequent maintenance arrangements; - Client name, address, contact name and telephone number; - Value of works; - Date of appointment and completion; - Evidence of satisfactory completion, e.g. Certificate of Completion, letter from Client. - Conditions of Contract (i.e. NEC3) Response to this question should not exceed 2 x A4 pages, Arial Font 11 per example excluding photographs (figures and diagrams may be used to accompany text but should be restricted to one per page). Where a submission exceeds the maximum number of pages indicated per example, no account will be taken of the content of the pages beyond the maximum. Weighting The weighting will be out of 100% with 50% attributed to each example. A minimum pass mark of 60 out of 100 is required overall for this question. Any Bidder who fails to achieve the minimum score for this question will be excluded at this stage. If a bidder is providing an example where there is reliance on a sub-contractor the weighting will be for the overall combined example."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "34993100",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City Council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means he period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The contract for the installation of the LED lighting and SCADA control system is expected to run for ten months. The ongoing maintenance is expected to run for three years, commencing after the SCADA control system has been installed. The council will have an option to extend the contract for a period of up to 24 months. ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; bidders must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in ESPD Section 4D. Health & Safety - The H&S Questionnaire is contained in the attachments section of PCS-T. Bidders must complete the H&S Questionnaire as part of their submission. Responses to the H&S Questionnaire will be evaluated as pass or fail. Freedom of Information Act -- Information on the FOI Act will be contained in Appendix A of the ITT. Bidders will be required to complete the FOI certificate. Tenderers Amendments -- Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Bidders will be required to complete the tenderers amendment certificate. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the Council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Bidders will be required to complete a Non Collusion certificate. NEC3 conditions of contract will be used for the works element of this project with additional terms and conditions for the supply and maintenance of the software for the SCADA system. The conditions of contract will be located within the buyers attachments area within the PCS Tender portal. Insurance Mandate - The successful bidder will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 13741. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community Benefits for the procurement are Mandatory Un-Scored. A bidder response should equate to 50 points as a pass / fail criteria. Bidders should refer to Section 5 of the Invitation to Tender document. A Community Benefits Menu has been provided as part of the tender documentation and is located within the Buyer's Attachment Area within PCS-T. Bidders are asked to review and populate the Menu to reflect the type and volume of Community Benefits outcomes which will be provided through delivery of this contract. The Menu provided is not exhaustive and further Community Benefits can be offered by the successful supplier(s) pre and/or post-award (Voluntary Community Benefits). The completed Menu should be submitted via the technical envelope under the Community Benefits section. A supporting methodology must be included to demonstrate how bidders plan to deliver the Community Benefits outcomes offered. (SC Ref:589841)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589841"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}