Tender

Contractors Works Framework

SCOTTISH CANALS

This public procurement record has 1 release in its history.

Tender

20 Feb 2020 at 00:00

Summary of the contracting process

Scottish Canals is seeking contractors for the "Contractors Works Framework," aimed at delivering engineering and construction work across the canal infrastructure in Scotland. The tender is currently in the active stage with a planned end date for submissions set for 27 March 2020. The procurement method is classified as selective, employing a restricted procedure, with a total estimated value of £60 million. The framework is envisioned to last up to six years, combining tasks across various lots that cover a wide range of civil engineering work located throughout Scotland.

This tender presents significant opportunities for businesses engaged in engineering, construction, and maintenance sectors, particularly those with expertise in serving infrastructure projects. Companies proficient in aspects such as mechanical works, building construction, and landscape management would be ideal candidates. Given the multifaceted nature of the projects described, businesses that can demonstrate financial stability, suitable insurance coverage, and relevant technical experience are encouraged to participate, thus fostering potential growth through long-term engagements and community benefit contributions aligned with Scottish Government priorities.

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

Contractors Works Framework

Notice Description

Scottish Canals is looking to establish a framework to deliver engineering and construction work to maintain and develop the canal infrastructure. The value and scope will be defined by the priorities of the Scottish Canals Corporate Plan as well as the Scottish Canals Asset Management Strategy. All work will be subject to securing funding during the life of the framework and no volume or value of work is guaranteed.

Lot Information

Mechanical / Hydraulic and related works

The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Survey / Site Investigation / Ground Investigation / Other Investigation and related works

The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Landscaping and related works

The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Fabrication and related works

The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Building works and related works

The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Electrical / Controls / Telemetry works and related works

The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Minor Construction Works

The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Multi-discipline lot (one stop shop)

This lot will be made up of the awarded participants of lots 1 to 7. This lot will be used for mini-competitions where not all of the terms governing the provision of the works clearly determine which of lots 1 to 7 should be used to award the call-off. This lot will only be used in conjunction with mini-competitions.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Civils Works (including optional site set-up and primary emergency response) and related works

The creation of a contractors works framework for delivery of a range of projects across the canal network. The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. 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.

Options: Additional purchases for each call-off required within the framework will be made in line with the framework terms.

Renewal: The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000615290
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381543
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
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

43 - Machinery for mining, quarrying, construction equipment

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

43328000 - Hydraulic installations

45000000 - Construction work

45112700 - Landscaping work

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

45210000 - Building construction work

45255400 - Fabrication work

45310000 - Electrical installation work

90715220 - Industrial site investigation

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
£60,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
20 Feb 20206 years ago
Submission Deadline
27 Mar 2020Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
It is expected that the tender documents for the replacement to this framework will be issued in the final year of the framework around April 2026.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
SCOTTISH CANALS
Contact Name
Steven Menzies
Contact Email
procurement@scottishcanals.co.uk
Contact Phone
+44 1413547506

Buyer Location

Locality
GLASGOW
Postcode
G4 9SP
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
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Canal
Westminster Constituency
Glasgow North

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381543
    Contractors Works Framework - Scottish Canals is looking to establish a framework to deliver engineering and construction work to maintain and develop the canal infrastructure. The value and scope will be defined by the priorities of the Scottish Canals Corporate Plan as well as the Scottish Canals Asset Management Strategy. All work will be subject to securing funding during the life of the framework and no volume or value of work is guaranteed.

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-r6ebe6-0000615290-2020-02-20T00:00:00Z",
    "date": "2020-02-20T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000615290",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-42",
            "name": "Scottish Canals",
            "identifier": {
                "legalName": "Scottish Canals"
            },
            "address": {
                "streetAddress": "Canal House, 1 Applecross Street",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G4 9SP"
            },
            "contactPoint": {
                "name": "Steven Menzies",
                "email": "procurement@scottishcanals.co.uk",
                "telephone": "+44 1413547506",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.scottishcanals.co.uk"
            }
        },
        {
            "id": "org-43",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Pl, Glasgow",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Canals",
        "id": "org-42"
    },
    "tender": {
        "id": "P20-0015",
        "title": "Contractors Works Framework",
        "description": "Scottish Canals is looking to establish a framework to deliver engineering and construction work to maintain and develop the canal infrastructure. The value and scope will be defined by the priorities of the Scottish Canals Corporate Plan as well as the Scottish Canals Asset Management Strategy. All work will be subject to securing funding during the life of the framework and no volume or value of work is guaranteed.",
        "status": "active",
        "items": [
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "id": "43328000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "90715220",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across the canal network."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45112700",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across the canal network."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "id": "45255400",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "id": "45310000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "9"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45200000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland wide across canal network"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-03-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB381543",
                "documentType": "contractNotice",
                "title": "Contractors Works Framework",
                "description": "Scottish Canals is looking to establish a framework to deliver engineering and construction work to maintain and develop the canal infrastructure. The value and scope will be defined by the priorities of the Scottish Canals Corporate Plan as well as the Scottish Canals Asset Management Strategy. All work will be subject to securing funding during the life of the framework and no volume or value of work is guaranteed.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB381543",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "4",
                "title": "Mechanical / Hydraulic and related works",
                "description": "The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 4000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "3",
                "title": "Survey / Site Investigation / Ground Investigation / Other Investigation and related works",
                "description": "The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 1500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "2",
                "title": "Landscaping and related works",
                "description": "The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 7000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "5",
                "title": "Fabrication and related works",
                "description": "The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 8000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "6",
                "title": "Building works and related works",
                "description": "The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 6500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "7",
                "title": "Electrical / Controls / Telemetry works and related works",
                "description": "The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 6500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "8",
                "title": "Minor Construction Works",
                "description": "The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "9",
                "title": "Multi-discipline lot (one stop shop)",
                "description": "This lot will be made up of the awarded participants of lots 1 to 7. This lot will be used for mini-competitions where not all of the terms governing the provision of the works clearly determine which of lots 1 to 7 should be used to award the call-off. This lot will only be used in conjunction with mini-competitions.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 7
                },
                "selectionCriteria": {
                    "description": "The limited number of candidates will be determined by the result of the other lots within this tender. This lot will be made up of the awarded participants of lots 1 to 7."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            },
            {
                "id": "1",
                "title": "Civils Works (including optional site set-up and primary emergency response) and related works",
                "description": "The creation of a contractors works framework for delivery of a range of projects across the canal network. The type of assets to be worked on include but are not limited to: Powered & manual locks Powered & manual moving bridges, fixed bridges Roads and pathways Aqueducts Weirs Reservoirs & feeder channels Tunnels Shafts Culverts Retaining walls Embankments & cuttings Towpaths Basins New and existing small canal side buildings New and existing operational buildings Visitor attractions Public realm works Marinas There may also be elements of design incorporated into the call-offs from the framework.. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "active",
                "value": {
                    "amount": 26000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "Additional purchases for each call-off required within the framework will be made in line with the framework terms."
                },
                "hasOptions": true,
                "secondStage": {
                    "maximumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "The selection criteria will be as follows: Financial Information and Business Probity (Pass or Fail) Suitable Insurance Cover (Pass or Fail) Fair Work Practices (Pass or Fail) Project Experience Referees (Pass or Fail) Professional Ability - Skills (40%) Technical Ability - Experience (40%) Technical Ability - Plant and Labour (20%) Any response that does not achieve a Pass for each of the Pass or Fail criteria may be rejected. Weighted scores will be given for answers to each of the criteria with % numbers above."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 2160
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The framework will run for an initial three-year period with the option to extend for an additional period of up to three years giving a total framework length of six years."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 7,
            "maximumLotsAwardedPerSupplier": 3,
            "awardCriteriaDetails": "See Tender Instructions for more information. Lot 8 cannot be bid for in conjunction with any other lot. All lots may be awarded to more than one participant if full coverage of the entire canal network in Scotland cannot be covered by one award. Lots may be combined up to a maximum of three lots per tenderer."
        },
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "1 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The bidder must have: a. A regularly reviewed documented policy regarding environmental management b. Documented arrangements for ensuring that the bidder's environmental management procedures are effective c. Documented arrangements for providing employees with training and information on environmental issues d. Documented arrangements for checking, the bidder's environmental management performance and the environmental impact of this organisation e. Documented arrangements checking, reviewing and where necessary improving, the bidder's environmental management performance f. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.) g. Documented arrangements for ensuring that any suppliers apply appropriate environmental protection measures"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2020-06-01T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "For 4A.1 - If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established."
                },
                {
                    "type": "economic",
                    "minimum": "For 4B.2.2 Bidders will be required to have an average yearly turnover of a minimum of the values below in the business area covered by the contract for the last two years. Lot 1 - 4,000,000 GBP Lot 2 - 1,000,000 GBP Lot 3 - 250,000 GBP Lot 4 - 600,000 GBP Lot 5 - 1,000,000 GBP Lot 6 - 1,000,000 GBP Lot 7 - 1,000,000 GBP Lot 8 - 100,000 GBP For 4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. For 4B.4 - Bidder will be required to state the values for the following financial ratios: Current Ratio Quick Ratio Gearing Ratio The acceptable range for each financial ratio is at least 1:1. The ratios will be calculated as follows: Current ratio = current assets / current liabilities Quick ratio = current assets less stock / current liabilities Gearing Ratio = total borrowings / net worth of the business For 4B.5.1 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP Public Liability Insurance = 10,000,000 GBP Professional Indemnity Insurance (Lots 1-7) = 5,000,000 GBP Professional Indemnity Insurance (Lots 1-7) = 500,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to complete the questions technical ability and project experience included in the documents on PCS-Tender. Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice. Bidders will be required to demonstrate that they have the appropriate key technical staff to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "Health and Safety Procedures 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, 2a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. 2b. A documented process demonstrating the bidder's arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. 2c. A documented procedure how the bidder obtains access to competent Health and Safety advice and assistance. This must demonstrate evidence of how the bidder's organisation obtains access to competent Health and Safety advice. 2d. Documented arrangements for providing the bidder's workforce with training and information appropriate to the type of work of which the organisation is likely to bid. 2e. A documented procedure describing what H&S or other relevant qualifications and experience the bidder's workforce has, in order to implement the H&S policy to a standard appropriate for the work for which the organisation is likely to bid. 2f. Documented arrangements for checking, reviewing and where necessary, improving the bidders H&S performance. This must demonstrate that the bidder's organisation has in place, and implements, a system of monitoring H&S procedures on an on-going basis and for periodically reviewing and updating that system as necessary. 2g. Documented arrangements for involving the bidder's workforce in the planning and implementation of H&S measures. This must demonstrate that the bidder has in place, and implements, a means of consulting its workforce on H&S matters and show how workforce comments, including complaints, are taken into account. 2h. Documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years. It must demonstrate a system for reviewing significant incidents, and recording action taken as a result including action taken in response to enforcement. 2i. Documented arrangements for ensuring that the bidder's suppliers apply H&S measures to a standard appropriate to the work for which they are being engaged. 2j. Documented arrangements for carrying out risk assessments capable of supporting safe methods of work and reliable contract delivery where necessary. This must demonstrate that the bidder has in place, and implements, procedures for carrying out risk assessments and for developing and implementing safe systems of work (\"method statements\"), and be able to provide relevant indicative examples. 2k. Documented arrangements for co-operating and co-ordinating the bidder's work with other suppliers. This must provide an explanation of how co-operation and co-ordinating of the work is achieved in practice, and how other organisations are involved in drawing up method statements/safe systems of work etc. including arrangements for response to emergency situations. This must include details of how comments and input from your suppliers will be taken into account and how external comments including any complaints, will be responded to. 2l. Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. This must demonstrate that suitable welfare facilities will be in place before starting work on site, whether provided by site specific arrangements or the bidder's own organisational measures. 2m. You must meet any health and safety requirements placed upon you by law."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 10,
                "periodRationale": "This framework will last for a maximum of six years including all available extensions due to the complex and unusual nature of work on the canal network. The additional length will allow framework participants to be given additional time to utilise the additional knowledge gained in the earlier years of the framework."
            }
        },
        "classification": {
            "id": "45200000",
            "scheme": "CPV"
        },
        "reviewDetails": "Scottish Canals will incorporate a minimum 10 calendar day standstill period before entering into the contract at the point information on the award of the contract is communicated to tenderers. Any appeal should be directed to the contact details set out in VI.4.3) below. If an appeal regarding the award of a contract has not been successfully resolved, the regulations provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the Sheriff Court or the Court of Session in Scotland. Where a contract has not been entered into the Court may order the setting aside of the contract award decision or order the Authority to amend any documents and may award damages. If the contract has already been entered into when the appeal is lodged, the Court may only award damages unless satisfied that one of the prescribed grounds for ineffectiveness applies.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "It is expected that the tender documents for the replacement to this framework will be issued in the final year of the framework around April 2026."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 15229. 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: The framework will require community benefits proportionate to the subject matter of the call-off to be delivered during the life of the framework. We wish to work with all parties within the framework to deliver a range of community benefits in line with the Scottish Canals Corporate Plan and the Scottish Government National Outcomes. (SC Ref:615290)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615290"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}