{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02948f-2021-11-16T17:15:03Z",
    "date": "2021-11-16T17:15:03Z",
    "ocid": "ocds-h6vhtk-02948f",
    "description": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have documents policies and procedures for quality management (details in the tender documents). 2. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR, The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. 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.(Details in tender document). 3.The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR The bidder must have the following (details in tender documents): a. 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). b. Procedures for dealing with waste (e.g. waste management plans, waste segregation, recycling etc.). 4. Protocol for the Purpose of Assisting Prevention of Organisational Fraud and Organised Crime: Police Scotland and East Lothian Council recognise that there is an opportunity for unscrupulous, criminal or corrupt persons and criminal enterprises to be involved in criminality and to make criminal financial gains from the supply of equipment and from the provision of services to public funded bodies. As part of this tender process, the details provided in the tender by all bidders will be passed to Police Scotland to be verified. (SC Ref:672195)",
    "initiationType": "tender",
    "tender": {
        "id": "ELC-20-2246",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "A1/Queen Margaret University Junction Construction Works",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "45233100",
            "description": "Construction work for highways, roads"
        },
        "mainProcurementCategory": "works",
        "description": "East Lothian Council (ELC) intends to carry out works by way of alterations to the existing A1/Queen Margaret University road junction by formation of slip roads, an underpass, retaining wall, roundabout, foot and cycle paths and SUDS ponds.",
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "East Lothian Council (ELC) intends to appoint a principal contractor to carry out works by way of alterations to existing the A1/Queen Margaret University road junction by formation of slip roads, an underpass, retaining wall, roundabout, foot and cycle paths and SUDS ponds. The junction is located between Newcraighall junction to the north and the Old Craighall junction (with the A720 city bypass) to the south on the A1 road. Amey Consultants have been appointed as site supervisors and will monitor, supervise & administer the project on behalf of ELC. It is anticipated that the works will commence August 2021 and it is estimated that the duration of the construction project will be 12 months, although this is subject to change. The contract will follow a two stage restricted procedure. Stage 1 will involve selection criteria based on the SPD. Those selected from Stage 1 will be invited to tender at Stage 2. Additional information: 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.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Key Personnel Qualifications & Workforce Skills Experience",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Programme & Contract Management",
                            "type": "quality",
                            "description": "7"
                        },
                        {
                            "name": "Risk Assessments/Method Statements relating to Covid-19",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Client & Stakeholder Engagement",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "General Risk Mitigation",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Health & Safety",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 5
                },
                "selectionCriteria": {
                    "description": "ESPD criteria for relevant technical experience (4C1.2) will be scored by a panel of ELC representatives using the scoring matrix 0-4: 0 Unacceptable. Nil or inadequate response. Fails to demonstrate previous experience/capacity/capability relevant to this criterion. 1 Poor. Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient/limited detail or explanation to demonstrate previous relevant experience/ capacity/capability. 2 Acceptable. Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills/capacity/capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature. 3 Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills/capacity/capability relevant to providing similar services to similar clients. 4 Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills\\capacity\\capability relevant to providing similar services to similar clients."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "45233120",
                        "description": "Road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233121",
                        "description": "Main road construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233125",
                        "description": "Road junction construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233128",
                        "description": "Roundabout construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233140",
                        "description": "Roadworks"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233150",
                        "description": "Traffic-calming works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233161",
                        "description": "Footpath construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233162",
                        "description": "Cycle path construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233200",
                        "description": "Various surface works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233210",
                        "description": "Surface work for highways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233220",
                        "description": "Surface work for roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233222",
                        "description": "Paving and asphalting works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233223",
                        "description": "Carriageway resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233224",
                        "description": "Dual carriageway construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233226",
                        "description": "Access road construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233227",
                        "description": "Slip road construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233251",
                        "description": "Resurfacing works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233253",
                        "description": "Surface work for footpaths"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233280",
                        "description": "Erection of road-barriers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232450",
                        "description": "Drainage construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45232451",
                        "description": "Drainage and surface works"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM73"
                    },
                    {
                        "region": "UKM73"
                    }
                ],
                "deliveryLocation": {
                    "description": "A1 road between Newcraighall to the north and Old Craighall junction to the south."
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "It is a requirement that tenderers financial standing will pass the requirements of the East Lothian Council financial health evaluation (Appendix 6: Financial Health Evaluation Flowchart). The tenderer must hold or commit to obtain, prior to the commencement of the Contract the following types and levels of insurance: - Employers Liability Insurance GBP 15m each and every claim (unless exempt) - Public Liability Insurance GBP 15m each and every claim.",
                    "minimum": "The financial information will be evaluated using the East Lothian Council financial health evaluation flowchart (available in the attachments section on PCS). The financial information provided will require to meet the following criteria: i) The ratio of total assets to total liabilities (net assets) should be positive in 2 out of 3 years. ii) The accounts should not show a loss in 2 consecutive years. iii) The accounts should not show a loss in 1 year and negative net current assets in any 1 year. Where the information provided does not meet item (i) but there is an improving trend East Lothian Council may consider items (ii) and (iii) and will have discretion, with regard to the evidence provided and taking into account the level of risk to East Lothian Council, as to whether a bidder will pass this requirement. The tenderer will be required to submit evidence in the form of their audited accounts or equivalent (as detailed in the tender documents) for the most recent 2 years (2 sets of signed, audited accounts), along with details of any significant changes since the last year end.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide examples that demonstrate their experience and ability to deliver road, road structures, associated drainage works, similar in nature to the requirements of this contract relevant as described in part II.2.4 of the Contract Notice. Please provide at least 2 examples of projects carried out during the last 5 years (Appendix 7).",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "The project will be governed by terms and conditions set out within the project contract documents NEC3 ECC Option A (Appendices 3&4).",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-03-31T12:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2021-04-20T00:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-1747",
            "name": "East Lothian Council",
            "identifier": {
                "legalName": "East Lothian Council"
            },
            "address": {
                "streetAddress": "John Muir House",
                "locality": "Haddington, East Lothian",
                "region": "UKM73",
                "postalCode": "EH41 3HA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1620827827",
                "email": "procurement@eastlothian.gov.uk",
                "url": "http://www.publiccontractsscotland.gov.uk",
                "name": "Procurement"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.eastlothian.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00181",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-404",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "streetAddress": "27 Chambers Street",
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-34815",
            "name": "John Paul Construction",
            "identifier": {
                "legalName": "John Paul Construction"
            },
            "address": {
                "streetAddress": "Dundrum Business Park, Dundrum Road",
                "locality": "Dublin",
                "region": "IE061",
                "postalCode": "Dublin 12",
                "countryName": "Ireland"
            },
            "contactPoint": {
                "telephone": "+44 35312156100"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1747",
        "name": "East Lothian Council"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:095826-2020:TEXT:EN:HTML"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "028630-2021-ELC-20-2246-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-34815",
                    "name": "John Paul Construction"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "028630-2021-ELC-20-2246-1",
            "awardID": "028630-2021-ELC-20-2246-1",
            "status": "active",
            "dateSigned": "2021-10-18T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "5",
                "measure": "bids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "6",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "7",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "8",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "9",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 4
            },
            {
                "id": "3",
                "measure": "lowestValidBidValue",
                "relatedLot": "1",
                "value": 11398297,
                "currency": "GBP"
            },
            {
                "id": "4",
                "measure": "highestValidBidValue",
                "relatedLot": "1",
                "value": 14995253,
                "currency": "GBP"
            },
            {
                "id": "1",
                "measure": "lowestValidBidValue",
                "value": 11398297,
                "currency": "GBP"
            },
            {
                "id": "2",
                "measure": "highestValidBidValue",
                "value": 14995253,
                "currency": "GBP"
            }
        ]
    }
}