Notice Information
Notice Title
Crosslee Station Disused Rail Bridge Strengthening
Notice Description
Renfrewshire Council wishes to establish a contract for the Crosslee Station Disused Rail Bridge Strengthening Works. The works consist of installation of a multiplate steel arch and backfill with foamed concrete.
Lot Information
Lot 1
Renfrewshire Council wishes to establish a contract for the Crosslee Station Disused Rail Bridge Strengthening Works. The works consist of installation of a multiplate steel arch and backfill with foamed concrete.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000633558
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399740
- 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
45 - Construction work
-
- CPV Codes
45000000 - Construction work
45221119 - Bridge renewal construction work
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Nov 20205 years ago
- Submission Deadline
- 30 Nov 2020Expired
- 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
- RENFREWSHIRE COUNCIL
- Contact Name
- Jenny Thomson
- Contact Email
- jenny.thomson@renfrewshire.gov.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399740
Crosslee Station Disused Rail Bridge Strengthening - Renfrewshire Council wishes to establish a contract for the Crosslee Station Disused Rail Bridge Strengthening Works. The works consist of installation of a multiplate steel arch and backfill with foamed concrete.
Notice URLs
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-r6ebe6-0000633558-2020-11-16T00:00:00Z",
"date": "2020-11-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000633558",
"initiationType": "tender",
"parties": [
{
"id": "org-3",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Jenny Thomson",
"email": "jenny.thomson@renfrewshire.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-98",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-3"
},
"tender": {
"id": "RC-CPU-20-161",
"title": "Crosslee Station Disused Rail Bridge Strengthening",
"description": "Renfrewshire Council wishes to establish a contract for the Crosslee Station Disused Rail Bridge Strengthening Works. The works consist of installation of a multiplate steel arch and backfill with foamed concrete.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45221119",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2020-11-30T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-11-30T12:30:00Z"
},
"documents": [
{
"id": "NOV399740",
"documentType": "contractNotice",
"title": "Crosslee Station Disused Rail Bridge Strengthening",
"description": "Renfrewshire Council wishes to establish a contract for the Crosslee Station Disused Rail Bridge Strengthening Works. The works consist of installation of a multiplate steel arch and backfill with foamed concrete.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399740",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council wishes to establish a contract for the Crosslee Station Disused Rail Bridge Strengthening Works. The works consist of installation of a multiplate steel arch and backfill with foamed concrete.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 90
},
"hasRenewal": false
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"bidOpening": {
"date": "2020-11-30T12:30:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley."
},
"description": "Tenders will be opened in accordance with the Council's Standing Orders."
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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."
},
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.1.1: Bidders will be required to have a minimum \"general\" yearly turnover of 200,000 GBP for the last 2 years. Statement 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. Statement for 4B.5.1 and 4B.5.2: 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: http://www.hse.gov.uk/pubns/hse40.pdf Statement for 4B.6 Tenderers must evidence a good credit rating as well as meeting the turnover requirements shown above.",
"minimum": "For 4B.1.1: Bidders unable to demonstrate that they meet the turnover requirements shown above may be assessed as a FAIL and be excluded from the Procurement process. For 4B.5.1. and 4B.5.2: Minimum Standards: Employer's Liability Insurance = 5,000,000 GBP each and every claim Public and Products Liability Insurance = 5,000,000 GBP each and every claim but in the aggregate for products Professional Indemnity = 5,000,000 GBP. The Council's preference is for cover on an each and every claim basis, however in recognising the current difficulties in the PI insurance market, the Council will accept PI cover in the aggregate. Contractor's All Risk - value of the works +15% Bidders must self-declare as part of the ESPD (Scotland), as contained in the Qualification Envelope that they will have the requested insurance cover as detailed in this document, the ESPD, or commit to obtain the insurance prior to the commencement of the Contract. Bidders will be required to provide evidence of this cover in the form of the following: A letter from their company's insurance broker confirming the insurances the insurance broker has arranged on behalf of their company. This is normally referred to as a \"to whom it may concern \"letter and includes summary details of the insurance cover held including the name of the insurer or underwriter, the policy number, the date cover begins and ends, the extent of the cover, including indemnity limits, excess levels and any special conditions or warranties applicable. The letter must be provided in electronic format. If Bidders do not currently hold this level of cover they may in the ESPD (Scotland) state that in the event of being successful in the Procurement process for a Contract, the required insurance cover will be put in place. Evidence of the required insurance cover will be a condition of entering into a Contract. It is condition of the Contract that these minimum indemnity levels be held for the duration of the Contract and updated evidence will be required on the insurance renewal date. Bidders unable to commit to obtain the levels of insurance detailed above will be assessed as a FAIL and be excluded from the competition. Statutory third party motor vehicle insurance - statutory third party motor vehicle cover to be evidenced by way of a valid MV certificate in the company name. For 4B.6: The Council will also require the economic operator to evidence, where possible, they have a Dun & Bradstreet (D&B) failure score of no less than 20. The Council recognises that many businesses have been directly affected by the Coronavirus pandemic and therefore may be unable to meet the D&B score. Where an economic operator wishes to be considered for selection under this contract, but cannot meet the D&B score, that economic operator must provide financial information which will satisfy the Council they have an equivalent level of economic and financial standing and must provide related guarantees or formal assurances to support their right to participate, and be considered, for any contract award. Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process."
},
{
"type": "technical",
"description": "Please refer to the these statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1 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 or the relevant section of the Site Notice. Statement for 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Statement for 4C.6.1 Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: Statement for 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Please refer to these statements when completing section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they 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 have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement). Bidders will be required to confirm that they 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 have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).",
"minimum": "For 4C.1: Tenderers unable to provide examples of works carried out in the past five years that demonstrate they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice will have their bid rejected. For 4C.6: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: All staff deployed in the delivery of the contract will hold Construction Skills Certification Scheme cards or equivalent. Bidders unable to demonstrate compliance with the above statement will have their tender rejected. For 4C.6.1: Bidders will be required to confirm that their managerial staff have the following relevant educational and professional qualifications: All staff deployed in the delivery of the contract will hold Construction Skills Certification Scheme cards or equivalent. Bidders unable to demonstrate compliance with the above statement will have their tender rejected. For 4C.10: Bidders who fail to provide a response to this question may have their bid rejected."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2021-04-29T00:00:00Z"
}
},
"classification": {
"id": "45000000",
"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 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session",
"hasRecurrence": false
},
"language": "EN",
"description": "The Council will request the following documentation once all bids have been received: 1 Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Contract Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. 2 Tenderers are required to submit S3 Tender Compliance Certificate and S7 Declaration as part of their tender submission. Both forms can be found within the Commercial Envelope of PCS-T. 3 A completed copy of the Supporting Documents uploaded within the general attachments area in Public Contract Scotland Tender Portal, please note that documents must be signed by an authorised signatory. The Supporting Documents include: Agreement to S1 Equalities Questionnaire Agreement to S2 Equalities Declaration Agreement to S3 Tender Compliance Certificate Agreement to S4 No Collusion Certificate Agreement to S5 Prompt Payment Certificate Agreement to S6 Details of Registered Waste Carriers Agreement to Appendix 4 - Services Scorecard Agreement to S9 List of Proposed Sub-Contractors Agreement to Parent Company Guarantee 4 Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17179. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: As part of the response to the Quality Criteria, Tenderers are requested to provide details of the Community Benefits they will commit to as part of this contract. (SC Ref:633558)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000633558"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}