Award

Kincardine Bridge Southern Piled Viaduct Replacement

TRANSPORT SCOTLAND SOUTH EAST

This public procurement record has 2 releases in its history.

Award

08 Feb 2023 at 00:00

Tender

07 Jan 2022 at 00:00

Summary of the contracting process

Transport Scotland South East has awarded the contract for the Kincardine Bridge Southern Piled Viaduct Replacement to Balfour Beatty. The project involves the demolition and replacement of the southern piled viaduct on the A985 Kincardine Bridge, with a new five span structure. The contract is valued at £16,847,774.5 GBP and was signed on 7th February 2023. The procurement method used was a selective procedure under the main procurement category of works. The procurement process was planned by Transport Scotland South East and conducted on behalf of the Scottish Ministers. The tender period ended on 14th February 2022.

The Kincardine Bridge Southern Piled Viaduct Replacement tender presents opportunities for construction companies experienced in major infrastructure projects to compete. The project's emphasis on bridge construction, demolition, and temporary works makes it suitable for large-scale contractors with expertise in civil engineering and structural design. Economic operators interested in this contract must meet the strict evaluation criteria related to quality, management methodology, programming of works, and financial standing. The procurement process aims to ensure compliance with the Public Contracts (Scotland) Regulations 2015 and the project-specific requirements outlined by Transport Scotland and the Scottish Ministers.

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

Kincardine Bridge Southern Piled Viaduct Replacement

Notice Description

Transport Scotland has identified the requirement to appoint a suitably experienced Main Contractor to undertake the replacement of the southern piled viaduct on the A985 Kincardine Bridge. The works require the demolition of the existing Southern Piled Viaduct of the A985 Kincardine Bridge and replacement with a new five span structure. This will require the design, provision and maintenance of a two directional temporary structure prior to the Southern Piled Viaduct being demolished. The new Southern Piled Viaduct is an Employer's Design.

Lot Information

Lot 1

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland wishes to appoint a Main Contractor to undertake the replacement of the southern piled viaduct on the A985 Kincardine Bridge. These works are due to commence in Winter 2022, for a period of approximately 24 months. The Main Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project requires to be performed by a single contractor and as such shall not be divided into lots. To be considered for this contract economic operators are required to complete the Single Procurement Document (SPD) in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the SPD. It is the intention that the project will operate a mandatory Project Bank Account (PBA), a project specific account ring fenced with effective Trust status, for payment of the Contractor and his supply chain. The account shall be opened by the Scottish Ministers with The Royal Bank of Scotland under the Banking Services Framework defined at http://www.gov.scot/Topics/Government/Procurement/directory/pscontractcentgovt/BankingServices It is intended that the PBA shall satisfy the minimum requirements for an effectively constituted Trust under Scots law. The use of a PBA by a Contractor shall be a contractual requirement. Any sub-contractors for which it is agreed shall not be paid through the PBA shall be entitled to payment according to the prompt payment provisions provided within the Contract. Project Details This Contract Notice relates to the replacement of the southern piled viaduct of the Kincardine Bridge. The provisional scope of the proposed works will include, but is not limited to: - Fence and gated access to the worksite to prevent public access into the worksite; - Design, design check, provision, operation and maintenance of any temporary works that may be required to carry out the works; - Demolition of the existing southern piled viaduct and its existing steel propping system; - Construction of a replacement southern piled viaduct in accordance with the Employer's design; - Construction of a temporary bridge, with pedestrian footpath, to the west of the southern piled viaduct, to allow continuous two-way traffic and pedestrian access 24 hours a day, 7 days a week; - Waterproofing and re-surfacing of the replacement southern piled viaduct; - Provision of Light and Heavy Recovery vehicles for the duration of the works to serve the carriageway with live traffic management; - Development and implementation of a Communications Strategy, working with Traffic Scotland, BEAR Scotland (Transport Scotland's Term Operating Company for the South East Scotland Trunk Road Unit), emergency services, stakeholders and liaison with the local community to minimise any delays, disruption and inconvenience caused, including implementation of environmental mitigation and monitoring measures; - The appointed Contractor shall be required to ensure that the design, construction and completion of the works take account of all measures necessary to protect the environment in accordance with the contract. - All other works generally associated with demolition and construction adjacent to a live trunk road carriageway; - Provision of As-built drawings - Contribution and assistance in developing a scheme specific Health and Safety File. - Traffic Management - Refer to the Tender documents.. 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. Please refer to the full II.2.14 clause which can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000665812
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB470760
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45221100 - Construction work for bridges

45221110 - Bridge construction work

45221111 - Road bridge construction work

45262310 - Reinforced-concrete work

Notice Value(s)

Tender Value
£16,000,000 £10M-£100M
Lots Value
£16,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£16,847,774 £10M-£100M

Notice Dates

Publication Date
8 Feb 20233 years ago
Submission Deadline
14 Feb 2022Expired
Future Notice Date
Not specified
Award Date
7 Feb 20233 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
TRANSPORT SCOTLAND SOUTH EAST
Contact Name
Billy Minto
Contact Email
billy.minto@transport.gov.scot
Contact Phone
+44 7824334325

Buyer Location

Locality
GLASGOW
Postcode
G4 0DX
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
TLM76 Falkirk

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

Supplier Information

Number of Suppliers
1
Supplier Name

BALFOUR BEATTY

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-r6ebe6-0000665812-2023-02-08T00:00:00Z",
    "date": "2023-02-08T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000665812",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-112",
            "name": "Transport Scotland South East",
            "identifier": {
                "legalName": "Transport Scotland South East"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0DX"
            },
            "contactPoint": {
                "name": "Billy Minto",
                "email": "billy.minto@transport.gov.scot",
                "telephone": "+44 7824334325",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.transport.gov.scot/"
            }
        },
        {
            "id": "org-113",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-297",
            "name": "Transport Scotland South East",
            "identifier": {
                "legalName": "Transport Scotland South East"
            },
            "address": {
                "streetAddress": "Buchanan House, 58 Port Dundas Road",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G4 0DX"
            },
            "contactPoint": {
                "name": "Billy Minto",
                "email": "billy.minto@transport.gov.scot",
                "telephone": "+44 7824334325",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "National or federal agency/office",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Transport",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.transport.gov.scot/"
            }
        },
        {
            "id": "org-298",
            "name": "Balfour Beatty",
            "identifier": {
                "legalName": "Balfour Beatty"
            },
            "address": {
                "streetAddress": "5 Churchill Place, Canary Wharf",
                "locality": "London",
                "region": "UKM84",
                "postalCode": "E14 5HU"
            },
            "contactPoint": {
                "telephone": "+44 1698647587"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "https://www.balfourbeatty.com"
            }
        },
        {
            "id": "org-87",
            "name": "Sheriff Clerk's Office",
            "identifier": {
                "legalName": "Sheriff Clerk's Office"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Transport Scotland South East",
        "id": "org-297"
    },
    "tender": {
        "id": "TS/ROADS/WKS/2021/03",
        "title": "Kincardine Bridge Southern Piled Viaduct Replacement",
        "description": "Transport Scotland has identified the requirement to appoint a suitably experienced Main Contractor to undertake the replacement of the southern piled viaduct on the A985 Kincardine Bridge. The works require the demolition of the existing Southern Piled Viaduct of the A985 Kincardine Bridge and replacement with a new five span structure. This will require the design, provision and maintenance of a two directional temporary structure prior to the Southern Piled Viaduct being demolished. The new Southern Piled Viaduct is an Employer's Design.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45221111",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262310",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45221110",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Kincardine Bridge Southern Piled Viaduct (Easting 292562, Northing 687165)"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM76"
                    },
                    {
                        "region": "UKM76"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 16000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "written"
        ],
        "tenderPeriod": {
            "endDate": "2022-02-14T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN437169",
                "documentType": "contractNotice",
                "title": "Kincardine Bridge Southern Piled Viaduct Replacement",
                "description": "Transport Scotland has identified the requirement to appoint a suitably experienced Main Contractor to undertake the replacement of the southern piled viaduct on the A985 Kincardine Bridge. The works require the demolition of the existing Southern Piled Viaduct of the A985 Kincardine Bridge and replacement with a new five span structure. This will require the design, provision and maintenance of a two directional temporary structure prior to the Southern Piled Viaduct being demolished. The new Southern Piled Viaduct is an Employer's Design.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN437169",
                "format": "text/html"
            },
            {
                "id": "JAN437169-1",
                "title": "Technical and Professional Ability - Scoring Criteria",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN437169&idx=1",
                "datePublished": "2022-01-07T13:43:38Z",
                "dateModified": "2022-01-07T13:43:38Z",
                "format": "application/pdf"
            },
            {
                "id": "JAN437169-2",
                "title": "4.8. Economic and Financial Standing Evaluation Criteria Ratios and Scoring - July 2021",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN437169&idx=2",
                "datePublished": "2022-01-07T13:43:38Z",
                "dateModified": "2022-01-07T13:43:38Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB470760",
                "documentType": "awardNotice",
                "title": "Kincardine Bridge Southern Piled Viaduct Replacement",
                "description": "Transport Scotland has identified the requirement to appoint a suitably experienced Main Contractor to undertake the replacement of the southern piled viaduct on the A985 Kincardine Bridge. The works require the demolition of the existing Southern Piled Viaduct of the A985 Kincardine Bridge and replacement with a new five span structure. This will require the design, provision and maintenance of a two directional temporary structure prior to the Southern Piled Viaduct being demolished. The new Southern Piled Viaduct is an Employer's Design.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB470760",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland wishes to appoint a Main Contractor to undertake the replacement of the southern piled viaduct on the A985 Kincardine Bridge. These works are due to commence in Winter 2022, for a period of approximately 24 months. The Main Contractor will be procured through a competitive tender procedure, in accordance with the restricted procedure as stated in the Public Contracts (Scotland) Regulations 2015. Due to project complexity, the project requires to be performed by a single contractor and as such shall not be divided into lots. To be considered for this contract economic operators are required to complete the Single Procurement Document (SPD) in accordance with this Contract Notice. Economic operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of information they have provided within the SPD. It is the intention that the project will operate a mandatory Project Bank Account (PBA), a project specific account ring fenced with effective Trust status, for payment of the Contractor and his supply chain. The account shall be opened by the Scottish Ministers with The Royal Bank of Scotland under the Banking Services Framework defined at http://www.gov.scot/Topics/Government/Procurement/directory/pscontractcentgovt/BankingServices It is intended that the PBA shall satisfy the minimum requirements for an effectively constituted Trust under Scots law. The use of a PBA by a Contractor shall be a contractual requirement. Any sub-contractors for which it is agreed shall not be paid through the PBA shall be entitled to payment according to the prompt payment provisions provided within the Contract. Project Details This Contract Notice relates to the replacement of the southern piled viaduct of the Kincardine Bridge. The provisional scope of the proposed works will include, but is not limited to: - Fence and gated access to the worksite to prevent public access into the worksite; - Design, design check, provision, operation and maintenance of any temporary works that may be required to carry out the works; - Demolition of the existing southern piled viaduct and its existing steel propping system; - Construction of a replacement southern piled viaduct in accordance with the Employer's design; - Construction of a temporary bridge, with pedestrian footpath, to the west of the southern piled viaduct, to allow continuous two-way traffic and pedestrian access 24 hours a day, 7 days a week; - Waterproofing and re-surfacing of the replacement southern piled viaduct; - Provision of Light and Heavy Recovery vehicles for the duration of the works to serve the carriageway with live traffic management; - Development and implementation of a Communications Strategy, working with Traffic Scotland, BEAR Scotland (Transport Scotland's Term Operating Company for the South East Scotland Trunk Road Unit), emergency services, stakeholders and liaison with the local community to minimise any delays, disruption and inconvenience caused, including implementation of environmental mitigation and monitoring measures; - The appointed Contractor shall be required to ensure that the design, construction and completion of the works take account of all measures necessary to protect the environment in accordance with the contract. - All other works generally associated with demolition and construction adjacent to a live trunk road carriageway; - Provision of As-built drawings - Contribution and assistance in developing a scheme specific Health and Safety File. - Traffic Management - Refer to the Tender documents.. 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. Please refer to the full II.2.14 clause which can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).",
                "status": "complete",
                "value": {
                    "amount": 16000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Execution of works; comprehension of risks associated with works; management methodology; programming of the works; and Community Benefits",
                            "description": "40"
                        },
                        {
                            "type": "cost",
                            "name": "Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission.",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": false
            }
        ],
        "contractTerms": {
            "performanceTerms": "It is the Employer's policy to measure the performance of Contractors on a regular basis. In the event that the Contractor's performance falls below a satisfactory level, the Contractor will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract."
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "secondStage": {
            "invitationDate": "2022-04-29T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers Professional or Trade Registers Economic operators must be enrolled in the relevant professional or trade registers kept in the country of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015) (e.g. registered under Companies House). Economic operators should provide details under Question Ref. 4A.1. Accreditation Economic operators or their subcontractors must be accredited under National Highway Sector Scheme (NHSS) 2B and 5B Vehicle Restraint Systems; NHSS 5A The Manufacture of Parapets for Road Restraint Systems; NHSS 7 Application of Road Marking Materials and Road Studs to Road Surfaces; NHSS 10B Permanent Vehicle Restraint Systems Incorporating NHSS 2B and 5B; NHSS 12A/B Static Temporary Traffic Management on Motorways and High Speed Dual Carriageways; NHSS13 Supply and Application of Surface Treatments to Road Surfaces; NHSS16 The Laying of Asphalt Mixes; NHSS 17/17B Vehicle Recovery at Highway Construction Sites (NHSS 17) and Vehicle Recovery and Removal on Control Roads including storage (NHSS 17B). And, all site staff shall require to be accredited under the Construction Skills Construction Safety Scheme (CSCS) or equivalent. Economic operators must provide details under Question Ref. 4C.6, in accordance with the requirements of this Contract Notice. Standards and Specification Subject to the other provisions of the Contract, the standards and specifications with which the Contractor shall comply will include: - UK Department for Transport Standards for Highways, specifically: - Design Manual for Roads and Bridges (DMRB) - Manual of Contract Documents for Highway Works (MCHW) - Transport Scotland Interim Amendments (TSIA) - Eurocodes - National Highway Sector Schemes In accordance with DMRB, the temporary works design shall be the subject of a Category 3 Checker. Information relating to the Category 3 Checker, shall be provided within a separate SPD under Question Ref. 2C.1 of the SPD, in accordance with 2C1.1 Instructions for Bidders. Furthermore, it is intended that for this contract, the successful economic operator shall be appointed to fulfil the duties of the Principal Contractor under the CDM Regulations 2015. Information demonstrating they have the requisite experience to perform the role of Principal Contractor under the CDM Regulations 2015 and are prepared to accept such appointment under the contract, shall be provided for under Question Ref. 4C.6 in accordance with this Contract Notice. Staff It is a requirement of the contract that the staff employed under economic operator shall possess the necessary human resources and be qualified appropriately to perform the requirement. Details shall be provided for under SPD, Question Ref. 4C.6 in response to Statement (j) below."
                },
                {
                    "type": "economic",
                    "description": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, economic operators shall: (a) in response to SPD, Question Ref. 4B.1.a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; (b) in response to SPD Question Ref 4B6 provide the name, range and score of nine financial criteria for each year for the last two years of trading, or for the period which is available if trading for less than two years; and (c) in response to SPD, Question Ref. 4B.5 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) to (c), economic operators must provide a link/ copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an economic operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that economic operator will be excluded from this procurement competition. Where Economic Operators have not yet been trading for a full two year period, such that filed accounts are not yet due and available, and limited only to that circumstance, the required information to support (a) to (c) above may take the form of appropriate third party / statements setting out turnover, profit and loss, cashflow (current and forecast) and the economic operator's credit facility position. Note there will, however, be a negative scoring implication as noted below and in the Additional Documents. This information has been requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
                    "minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B.6) The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The scoring mechanism can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.2.6 of this Contract Notice shall be adopted. Similarly, the duration of the contract shall be 24 months. The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2) b), will be prorated up to 1 year to calculate financial ratios for the full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. Where the submission has been submitted by a group of economic operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of economic operators on that basis. A \"group of economic operators\" is defined as an unincorporated consortium or joint venture. Insurance (Question Ref. 4B.5) In response to Question Ref. 4B5 a, b and c economic operators must confirm they already have or can commit to obtain, prior to the commencement of the framework agreement, the following levels of insurance: Professional Indemnity Insurance = 10 million GBP Public Liability Insurance = 10 million GBP Employer's (Compulsory) Liability Insurance = 10 million GBP In responding to Question Ref 4B.5 a, b and c, where the economic operator responds \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from this procurement competition."
                },
                {
                    "type": "technical",
                    "description": "Under Question Ref. 4C.1 of the SPD economic operators shall be required to insert suitable responses to Statements (a), (b), (c), (d) and (e) demonstrating that they have the required minimum standards of eligibility and technical and professional ability. Answers to these statements shall be answered by Single Economic Operators or by Groups of Economic Operators (Group Members should not respond individually). Responses to Statements (a) and (b) shall be assessed on the basis of PASS or FAIL. Economic Operators who fail to satisfy these minimum standards (either they answer 'No' or fail to provide an acceptable response) shall be excluded from the procurement competition. The responses to (c), (d) and (e) shall be assessed on the basis of a score from 0 - 5, with a minimum threshold. The scoring criteria can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). A submission shall be marked as FAIL and will not be considered further if the score achieved for any statement is less than 2. Where a response is 2 or greater it shall be weighted in accordance with the following weightings: Statement (c) = 40%; Statement (d) = 30%; Statement (e) = 30%; The weighted scores shall be aggregated to calculate a score out of 100 for the 3 statements. Words in excess of the maximum word limit for each statement will neither be considered nor scored. Under Question Ref. 4D.1 of the SPD economic operators shall be required to insert suitable responses to Statements (f), (g), and (h) demonstrating that they have in place an appropriate quality, environmental and health and safety management systems. Economic Operators are required to provide details of a recognised accredited system or own non-accredited system, which will ultimately be adopted if awarded the contract. Under Question Ref. 4D.1 economic operators will be required to confirm their compliance and be able to provide the appropriate certification. The responses to Statements (f), (g) and (h) shall be assessed on the basis of PASS or FAIL. Single Economic Operators or Group of Economic Operators who have no management system in use will not be considered for this contract. Under Question Ref. 4C.6 of the SPD economic operators shall be required to insert suitable responses to Statement (i) demonstrating they have the requisite experience to perform the role of Principal Contractor under the CDM Regulations 2015 and are prepared to accept such appointment under the contract. The response to Statement (i) shall be assessed on the basis of PASS or FAIL. Economic operators who fail to demonstrate they have the requisite experience or who are not willing to accept the appointment shall be excluded from the procurement competition. Under Question Ref. 4C.6 of the SPD economic operators shall be required to insert suitable responses to Statement (j) demonstrating that their employees (or those of the entities whom which they are relying upon) possess the necessary human resources and are qualified appropriately to perform the requirement. The response to Statement (j) shall be assessed on the basis of PASS or FAIL. Economic Operators (or the entities whom which they are relying upon) whose employees do not possess the necessary human resources shall be excluded from the procurement competition. In response to Statement (k) economic operators shall be required to insert suitable responses under Question Ref. 4C.6 of the SPD demonstrating that they are registered/accredited under the relevant professional or trade body. The response to Statement (k) shall be assessed on the basis of PASS or FAIL. Economic Operators who are not registered or certified in accordance with the specified requirements contained in Statement (k) shall be excluded from the procurement competition.",
                    "minimum": "Statements (a) to (b): Within the last 5 years, have you undertaken: (a)the role of Principal Contractor on the demolition of an existing bridge structure and the construction of a replacement bridge structure on a live major road which is similar in terms of size, nature, scope, and complexity to the Works? (Max.1500 words). (b)the design, erection, and maintenance of a temporary bridge structure on a live major road similar in terms of location, size, nature, scope, and complexity to the Works? Your response shall provide details of the management of traffic management measures. (Max. 1500 words). Statements (c) to (e): Provide evidence from projects performed in the last 5 years, which detail experience of: (c)construction of reinforced concrete structures, with associated demolition, on live major roads. Your response shall provide details of the projects which demonstrate capability of the management and control of on-site activities used to ensure health and safety compliance; the design, erection and maintenance of temporary works; innovation and added value; and important technical design/construction and completion aspects of the projects. (Max.1500 words, weighting 40%). (d)minimising and mitigating the impact of construction works on the environment, local community, and the wider environment. Your response shall provide details of specific mitigation measures and works (Max. 1000 words, weighting 30%). (e)working with, and interfacing with other contractors and suppliers. Your response shall provide details of the effective management of sub-contractors; details of the nature of potential difficulties addressed; and logistics planning for site deliveries. (Max. 1000 words, weighting 30%). Statement (f) to (h): Provide details of your management systems: (f)Quality. This may be European Foundation Quality Model (EFQM) or equivalent; BS EN ISO 9001:2015 (Quality Management Systems); other accredited management system; or Own non-accredited management system. (g)Environmental. This may BS EN ISO 14001:2015 (Environmental Management Systems); Other accredited management system; or Own non-accredited management system. (h)Health and Safety. This may BS EN ISO 45001:2018 (Occupational Health and Safety Management Systems) and associated standards; other accredited management system; or Own non-accredited management system. Statement (i)Provide evidence to demonstrate competence in the role Principal Contractor under the CDM Regulations and confirm that, if awarded the Contract, you would be willing to accept this appointment. Statement (j)It is a requirement of the contract that staff shall be qualified appropriately to enable them to perform the works in accordance with the appropriate standards. The following staff within the economic operator's organisation, or those entities whom which they are relying upon (as provided for under Question Ref. 2C.1), should as a minimum hold the following qualifications: Project Manager: Chartered Engineer (IstructE/ICE) with demonstrable experience of working on civil/structural engineering construction projects on live urban major roads; Site Manager: Minimum CITB site managers 5 Day Course with demonstrable experience of managing civil/structural engineering construction projects on live urban major roads; Temporary Works Design Engineer - Chartered Engineer (IstructE/ICE); and Temporary Works CAT III Checker - Chartered Engineer (IstructE/ICE). The Project Manager, Site Manager and Temporary Works Designer may either be part of the economic operator or the reliant entities. The Temporary Works CAT III Checker by the nature of their role can only be part of a reliant entity. Statement (k) It is a requirement of the contract that: all site staff be accredited under the CSCS Scheme or equivalent; and economic operators or their subcontractors must be accredited under National Highway Sector Scheme (NHSS) 2B and 5B, 5A, 7, 10B, 12A/B, 13, 16 and 17/17B."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "45221100",
            "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 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Transport Scotland will conduct the proposed procurement process for the Contract on behalf of the Scottish Ministers. In the event of the conclusion of the contract, the Contract will be entered into between the Scottish Ministers and the successful tenderer. The Contract terms and conditions will be based on ICE Conditions of Contract 5th Edition, with bespoke amendments. The Scottish Ministers shall not evaluate any submission received past the specified deadline, unless the delay is caused by a situation out with the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Economic operators which alter their composition after making a submission will be the subject of re-evaluation. Any request by economic operators for clarification of any part of the documentation, which relate to the SPD submission, shall be made through the Public Contracts Scotland portal. The deadline to submit clarifications is 1200hrs BST on 07/02/22. Neither Transport Scotland nor the Scottish Ministers shall be responsible in any way to Economic Operators as a result of any delay or failure in answering any request for clarification or any decision not to answer a request for clarification (either in full or in part). Absence of a response from Transport Scotland or the Scottish Ministers shall not entitle Economic Operators to qualify their submission. The Scottish Ministers reserve the right not to conclude any contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Minsters deem appropriate to the content, process, timing and structure of the procurement process. Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the competition. Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and / or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. (SC Ref:722047)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000665812"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000665812"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "TS/ROADS/WKS/2021/03",
            "suppliers": [
                {
                    "id": "org-298",
                    "name": "Balfour Beatty"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "TS/ROADS/WKS/2021/03",
            "awardID": "TS/ROADS/WKS/2021/03",
            "status": "active",
            "value": {
                "amount": 16847774.5,
                "currency": "GBP"
            },
            "dateSigned": "2023-02-07T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-000496"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "472",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "473",
                "measure": "smeBids",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "474",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "475",
                "measure": "foreignBidsFromNonEU",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "476",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}