Notice Information
Notice Title
Site Supervision Services for the design and construction works contract for CWRR Project
Notice Description
Renfrewshire Council require a Consultant to undertake site supervision services for the Clyde Waterfront and Renfrew Riverside Construction project. Full Scope of Services is included in the procurement documents contained on the PCS-tender system.
Lot Information
Lot 1
Renfrewshire Council is using the open tender procedure to procure a Consultant to undertake site supervision services for the design and construction works for the Clyde Waterfront Renfrew Riverside Project. Key components of the construction works project include: An opening bridge over River Clyde connecting Dock Street, Clydebank to Meadowside Street, Renfrew at Lobnitz Dock; New road linking Meadowside Street to the A8 at Argyll Avenue; New/ improved active travel routes connecting to the new infrastructure including segregated pedestrian and cycling links; New and upgraded infrastructure to link into the surrounding road network; New and improved junctions; and A lay-by berth facility for ships at Rothesay Dock. The Construction contract is anticipated to commence in April 2021. The Construction contract is envisaged to take circa 34 months to complete and also includes a defects period of 24 months for the bridge and civil engineering elements and 5 years for landscaping. The Consultant's services include but are not limited to: - Role of Project Manager and Supervisor for an NEC4 Engineering and Construction works contract Option C target cost contract with Client specific additional and amended clauses. - site supervisory services, on behalf of the Client for the design and construction of the opening bridge, other structures, mechanical and electrical plant, communication and IT Infrastructure, roads, footpaths, landscaping, environmental and associated infrastructure aspects of the works. Full scope of services is set out in the procurement documents contained on the PCS-tender system.
Renewal: The contract duration will be subject to the duration of the design and construction works contract.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000641711
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG456526
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71500000 - Construction-related services
71520000 - Construction supervision services
71521000 - Construction-site supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
71541000 - Construction project management services
Notice Value(s)
- Tender Value
- £4,000,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,000,000 £1M-£10M
Notice Dates
- Publication Date
- 17 Aug 20223 years ago
- Submission Deadline
- 8 Mar 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 17 May 20214 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Rebecca Park
- Contact Email
- brian.bradley@renfrewshire.gov.uk, citydeal@renfrewshire.gov.uk
- Contact Phone
- +44 3003000300
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=JAN404913
Site Supervision Services for the design and construction works contract for CWRR Project - Renfrewshire Council require a Consultant to undertake site supervision services for the Clyde Waterfront and Renfrew Riverside Construction project. Full Scope of Services is included in the procurement documents contained on the PCS-tender system. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG456526
Site Supervision Services for the design and construction works contract for CWRR Project - Renfrewshire Council require a Consultant to undertake site supervision services for the Clyde Waterfront and Renfrew Riverside Construction project. Full Scope of Services is included in the procurement documents contained on the PCS-tender system.
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-r6ebe6-0000641711-2022-08-17T00:00:00Z",
"date": "2022-08-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000641711",
"initiationType": "tender",
"parties": [
{
"id": "org-27",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Rebecca Park",
"email": "citydeal@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"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-28",
"name": "Refer to VI.4.3",
"identifier": {
"legalName": "Refer to VI.4.3"
},
"address": {
"locality": "Refer to VI.4.3"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-9",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "brian.bradley@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"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-292",
"name": "Jacobs UK Limited",
"identifier": {
"legalName": "Jacobs UK Limited"
},
"address": {
"streetAddress": "95 Bothwell Street, Glasgow",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G2 7HX"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-293",
"name": "Refer to VI.4.3",
"identifier": {
"legalName": "Refer to VI.4.3"
},
"address": {
"locality": "Refer to VI.4.3"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-10",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-9"
},
"tender": {
"id": "RC-CPU-20-353",
"title": "Site Supervision Services for the design and construction works contract for CWRR Project",
"description": "Renfrewshire Council require a Consultant to undertake site supervision services for the Clyde Waterfront and Renfrew Riverside Construction project. Full Scope of Services is included in the procurement documents contained on the PCS-tender system.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71521000",
"scheme": "CPV"
},
{
"id": "71540000",
"scheme": "CPV"
},
{
"id": "71530000",
"scheme": "CPV"
},
{
"id": "71500000",
"scheme": "CPV"
},
{
"id": "71541000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Clyde Waterfront Renfrew Riverside site, Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 4000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-03-08T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-03-08T12:00:00Z"
},
"documents": [
{
"id": "JAN404913",
"documentType": "contractNotice",
"title": "Site Supervision Services for the design and construction works contract for CWRR Project",
"description": "Renfrewshire Council require a Consultant to undertake site supervision services for the Clyde Waterfront and Renfrew Riverside Construction project. Full Scope of Services is included in the procurement documents contained on the PCS-tender system.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN404913",
"format": "text/html"
},
{
"id": "AUG456526",
"documentType": "awardNotice",
"title": "Site Supervision Services for the design and construction works contract for CWRR Project",
"description": "Renfrewshire Council require a Consultant to undertake site supervision services for the Clyde Waterfront and Renfrew Riverside Construction project. Full Scope of Services is included in the procurement documents contained on the PCS-tender system.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG456526",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Renfrewshire Council is using the open tender procedure to procure a Consultant to undertake site supervision services for the design and construction works for the Clyde Waterfront Renfrew Riverside Project. Key components of the construction works project include: An opening bridge over River Clyde connecting Dock Street, Clydebank to Meadowside Street, Renfrew at Lobnitz Dock; New road linking Meadowside Street to the A8 at Argyll Avenue; New/ improved active travel routes connecting to the new infrastructure including segregated pedestrian and cycling links; New and upgraded infrastructure to link into the surrounding road network; New and improved junctions; and A lay-by berth facility for ships at Rothesay Dock. The Construction contract is anticipated to commence in April 2021. The Construction contract is envisaged to take circa 34 months to complete and also includes a defects period of 24 months for the bridge and civil engineering elements and 5 years for landscaping. The Consultant's services include but are not limited to: - Role of Project Manager and Supervisor for an NEC4 Engineering and Construction works contract Option C target cost contract with Client specific additional and amended clauses. - site supervisory services, on behalf of the Client for the design and construction of the opening bridge, other structures, mechanical and electrical plant, communication and IT Infrastructure, roads, footpaths, landscaping, environmental and associated infrastructure aspects of the works. Full scope of services is set out in the procurement documents contained on the PCS-tender system.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Project Team Capability",
"description": "20"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The contract duration will be subject to the duration of the design and construction works contract."
}
}
],
"bidOpening": {
"date": "2021-03-08T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The contract will include performance conditions including those in relation to fair working practices and community benefits."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the works has suitable financial strength and capacity to complete these works. The Council will require bidders to have a (\"general\") yearly turnover of 1m GBP and to evidence this level of turnover in the previous 3 years. The Council will also require the economic operator to evidence where possible they have a Dun & Bradstreet 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 that 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 (Regulation 61(8)). 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; Where the economic operator relies upon a parent company to provide financial assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the parent company; and Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid. The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the Council of any changes to any submission made by them in respect of their financial and or economic situation. The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to fulfil any of the selection requirements as directed within the procurement documents.",
"minimum": "The minimum requirements are detailed in Appendix 1 - ESPD requirements of the document titled 'CWRR Site Supervision Services ITT Information and Instructions for Candidates' attached to the PCS-tender system and include: Turnover- Bidders will be required to have a minimum \"general\" yearly turnover of 1m GBP for the last 3 years Insurance - 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: Employers liability - minimum 5m GBP, each and every claim Public liability Insurance - Not less than 5m GBP in respect of any one occurrence, the number of occurrences being unlimited Professional Indemnity insurance -not less than 2m GBP in the aggregate and such insurance shall be in place from the commencement of the Services until no less than twelve (12) years after the Completion of the services; and Motor vehicle insurance - unlimited in respect of death or injury and a minimum 5m GBP in respect of property damage. Other economic & financial standing criteria; Dun & Bradstreet - failure score of no less than 20"
},
{
"type": "technical",
"description": "Quality Assurance Project Management Contract Administration NEC4 Project Manager and Supervisor roles for an NEC4 EEC Option C contract Project Team capability and experience (inc. sub-contracting/consulting) Engineering and construction works site supervision Bridge and road design checks BIM Protocol Sustainability Environmental Management Health and Safety",
"minimum": "Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the services as described in the Site Notice for contracts similar is scope and scale to the CWRR project. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or demonstrate equivalent standard). 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 demonstrate equivalent standard) certificate."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 150
}
},
"classification": {
"id": "71520000",
"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,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "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. (SC Ref:703638)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000641711"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000641711"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-20-353",
"suppliers": [
{
"id": "org-292",
"name": "Jacobs UK Limited"
}
],
"relatedLots": [
"1"
],
"hasSubcontracting": true,
"subcontracting": {
"description": "Some specialist advice/ consultancy for the M&E design for the bridge.",
"maximumPercentage": 0.1,
"minimumPercentage": 0.1
}
}
],
"contracts": [
{
"id": "RC-CPU-20-353",
"awardID": "RC-CPU-20-353",
"status": "active",
"value": {
"amount": 3000000,
"currency": "GBP"
},
"dateSigned": "2021-05-17T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-001441"
}
],
"bids": {
"statistics": [
{
"id": "510",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "511",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "512",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "513",
"measure": "foreignBidsFromNonEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "514",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}