Award

Crosslee Station Disused Rail Bridge Strengthening

RENFREWSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

Renfrewshire Council is seeking contractors for the "Crosslee Station Disused Rail Bridge Strengthening" project, classified under works in the construction industry. The procurement process is currently at the Award stage, with the contract officially signed on 23 February 2021. The project, situated in Renfrewshire, entails the installation of a multiplate steel arch and filling with foamed concrete, with a total contract value of £107,565. Key documents are available for consultation, including the award notice detailing completion specifics. The procurement method applied is an open procedure, promoting accessibility to potential suppliers.

This contract offers substantial opportunities for businesses in the construction and civil engineering sectors, particularly those with expertise in infrastructure projects. Small to medium enterprises (SMEs) are encouraged to participate, as all three bids received were from SMEs, indicating a supportive environment for smaller contractors. Companies should demonstrate relevant experience and capacity to meet specified insurance and turnover criteria. Those that can provide innovative approaches to community benefits will likely stand out in the assessment process.

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

Crosslee Station Disused Rail Bridge Strengthening

Notice Description

Renfrewshire Council has awarded 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 has awarded 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.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000638693
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB407634
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

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

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
£107,565 £100K-£500K

Notice Dates

Publication Date
23 Feb 20215 years ago
Submission Deadline
25 Jan 2021Expired
Future Notice Date
Not specified
Award Date
23 Feb 20215 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
RENFREWSHIRE COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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

Supplier Information

Number of Suppliers
1
Supplier Name

DIACK & MACAULAY

Further Information

Notice Documents

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-r6ebe6-0000638693-2021-02-23T00:00:00Z",
    "date": "2021-02-23T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000638693",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-68",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB"
            },
            "contactPoint": {
                "email": "rachel.o'neill@renfrewshire.gov.uk",
                "telephone": "+44 3003000300",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.renfrewshire.gov.uk"
            }
        },
        {
            "id": "org-69",
            "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"
            ]
        },
        {
            "id": "org-110",
            "name": "Diack & Macaulay Ltd",
            "identifier": {
                "legalName": "Diack & Macaulay Ltd"
            },
            "address": {
                "streetAddress": "7 Gartferry Road, Moodiesburn, Chryston,",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G69 0LY"
            },
            "contactPoint": {
                "telephone": "+44 1236875166",
                "faxNumber": "+44 1236875488"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-111",
            "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-68"
    },
    "tender": {
        "id": "RC-CPU-20-302",
        "title": "Crosslee Station Disused Rail Bridge Strengthening",
        "description": "Renfrewshire Council has awarded 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": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221119",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Renfrewshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "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": "2021-01-25T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-01-25T12:30:00Z"
        },
        "documents": [
            {
                "id": "DEC401855",
                "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=DEC401855",
                "format": "text/html"
            },
            {
                "id": "FEB407634",
                "documentType": "awardNotice",
                "title": "Crosslee Station Disused Rail Bridge Strengthening",
                "description": "Renfrewshire Council has awarded 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=FEB407634",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Renfrewshire Council has awarded 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": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 90
                },
                "hasRenewal": false
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "bidOpening": {
            "date": "2021-01-25T12:30:00Z",
            "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": "2021-06-24T00:00:00Z"
            }
        },
        "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": "(SC Ref:645178)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000638693"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000638693"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "RC-CPU-20-302",
            "suppliers": [
                {
                    "id": "org-110",
                    "name": "Diack & Macaulay Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "RC-CPU-20-302",
            "awardID": "RC-CPU-20-302",
            "status": "active",
            "value": {
                "amount": 107565,
                "currency": "GBP"
            },
            "dateSigned": "2021-02-23T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "267",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "268",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "269",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "270",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "271",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}