{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-047b18-2025-07-08T09:45:37+01:00",
    "date": "2025-07-08T09:45:37+01:00",
    "ocid": "ocds-h6vhtk-047b18",
    "description": "The Council is conducting the procurement process under the open procedure in accordance with the Public Contracts (Scotland) Regulations 2015 and the Council's Standing Orders Relating to Contracts. The Council may modify this contract during its term in accordance with the Council's Standing Orders relating to Contracts and with consideration of Regulation 72 of the Public Contract Scotland Regulations 2015. (SC Ref:803662)",
    "initiationType": "tender",
    "tender": {
        "id": "RC-CPU-24-045",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Clyde Waterfront and Renfrew Riverside (CWRR) Maritime Linesmen",
        "status": "unsuccessful",
        "classification": {
            "scheme": "CPV",
            "id": "63720000",
            "description": "Support services for water transport"
        },
        "mainProcurementCategory": "services",
        "description": "The CWRR project includes a new opening road bridge linking Renfrew to Glasgow and West Dunbartonshire at a location just east of Rothesay Dock on Dock Street Clydebank. The operational provisions require that the bridge opens to shipping as a priority over road traffic crossing the bridge. While the bridge is designed and constructed in a manner which minimises the risk of the bridge failing to open when required. It also includes a number of redundancy features to enable intervention to overcome mechanical failure and allow the bridge to open. As an absolute fail-safe measure, the project includes a layby berth, located on the riverside of Rothesay Dock, where vessels travelling up river, will be able to berth, should all other measures not allow the bridge to open. The Council are looking to appoint two suitably experienced Maritime Linesmen, who will be available 24 hours per day, 365 days per year on on-call basis to support mooring and let go operations as and when required by the Client and in the event of the bridge not opening.",
        "lots": [
            {
                "id": "1",
                "description": "The Employer has a requirement to place a contract with a single Contractor who is suitably experience to provide the services of 2x Maritime Linesmen who will be available 24 hours per day, 365 days per year on an on call basis to support mooring and let go operations as and when required by the Client and in the event of the Clyde Waterfront and Renfrew Riverside (CWRR) Bridge not opening. Scope and Key Responsibilities A single call out will be required for the following: - to ensure safe and secure mooring and letting go of vessels in the event of the bridge not opening, and as otherwise required by the Client. - to participate in any mock exercises arranged by the Client. As part of the call out services, the Contractor may be required to: - ensure the safe movement of people to Dock Steet (Drawing Ref Linesmen / 001), or other nearby location as agreed with the Client, should there be a need for passengers to disembark from a moored vessel. - in the event that any breakdown, accident, loss or damage to the Layby Berth or any other associated Asset occurs (such as the bridge), immediately notify the Client and provide support, such as reporting on damage and gathering witness statements, for any Client claims to recover costs from third parties or insurers. The Form of Contract used for this contracts will be NEC4 Term Service Short Contract June 2017 with Z additional and amended clauses. It is anticipated the Contract will be awarded on or around 16 September 2024. The starting date will be on or around 23 September 2024. The service period is anticipated to be sixty (60) months and will expire on the 22 September 2029. The contract includes two (2) break clauses at the end of year three (3) and year four (4) which can be instructed at the sole discretion of the Council subject to the conditions of contract (Z 19). Full details of the requirements are contained in the Procurement Documents which can be accessed and downloaded from the PCS-tender portal.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Methodology and Approach to delivering the services",
                            "type": "quality",
                            "description": "25"
                        },
                        {
                            "name": "Availability and Quality of Resources",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Fair Work First",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "55"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "For the avoidance of doubt, the Contract includes optional break clause options at end of year 3 and year 4 which can be used at the Council's sole discretion in accordance with the contract."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "63721000",
                        "description": "Port and waterway operation services and associated services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63723000",
                        "description": "Berthing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63724000",
                        "description": "Navigation services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34500000",
                        "description": "Ships and boats"
                    },
                    {
                        "scheme": "CPV",
                        "id": "34510000",
                        "description": "Ships"
                    },
                    {
                        "scheme": "CPV",
                        "id": "63726610",
                        "description": "Ship-launching services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "60640000",
                        "description": "Shipping operations"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "deliveryLocation": {
                    "description": "Clyde Waterfront and Renfrew Riverside Bridge, Renfrew"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The Bidder must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "Full details can be found in the SPD and the ITT Information and Instructions which can be accessed through the website referenced in section I.3 of this Contract Notice. SPD 4B.5 Statement: The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover as follows: Employer's (Compulsory) Liability Insurance = MINIMUM 5million GBP minimum (statutory), each and every claim; Where the Provider is exempt from this requirement, eg as a 'sole trader', then this must be confirmed by the Provider in writing. Public Liability Insurance = MINIMUM 2million GBP minimum, each and every claim - with no exclusions in regard to abuse/molestation; Motor Vehicle Insurance = Statutory THIRD-PARTY INSURANCE - - Third Party Motor vehicle Cover, if vehicles are used at all for this contract (ie for attending council premises for supplier performance monitoring meetings), please provide evidence by way of a valid MV certificate in the company name; 4B.6 The Bidder (including all Consortium Members in a Consortium) have a Dun & Bradstreet Failure Score of 20 or above in order to demonstrate its financial strength and stability.",
                    "minimum": "Bidder will require to evidence insurance cover to the MINIMUM levels specified. The Bidder (including all Consortium Members in a Consortium) will be required to have a Dun & Bradstreet Failure Score of 20 or above in order to demonstrate its financial strength and stability. Where the Bidder is not able to make such a declaration, provides full details of the relevant events alongside an explanation of the expected impact on the Bidder's economic and financial standing. Supporting evidence must be provided where available.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "Please provide two relevant examples of services carried out during the last three years: Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice. Minimum requirement: Tenderer who fail to provide examples that demonstrate they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice may be assessed as a FAIL and may be excluded from the Procurement process.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Refer to the Procurement Documents and Conditions of Contract contained in the project for RC-CPU-24-045 on PCS-tender portal",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2024-08-05T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 150
            }
        },
        "awardPeriod": {
            "startDate": "2024-08-05T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2024-08-05T12:00:00+01:00",
            "address": {
                "streetAddress": "Remote opening"
            },
            "description": "Refer to ITT information and instructions"
        },
        "hasRecurrence": false,
        "reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations."
    },
    "parties": [
        {
            "id": "GB-FTS-1038",
            "name": "Renfrewshire Council",
            "identifier": {
                "legalName": "Renfrewshire Council"
            },
            "address": {
                "streetAddress": "Renfrewshire House, Cotton Street",
                "locality": "Paisley",
                "region": "UKM83",
                "postalCode": "PA1 1JB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 3003000300",
                "email": "louise.bishop@renfrewshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.renfrewshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-45038",
            "name": "Refer to Section VI.4.3",
            "identifier": {
                "legalName": "Refer to Section VI.4.3"
            },
            "address": {
                "locality": "Refer to Section VI.4.3",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-942",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-1038",
        "name": "Renfrewshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000769480"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "038093-2025-RC-CPU-24-045-1",
            "relatedLots": [
                "1"
            ],
            "status": "unsuccessful",
            "statusDetails": "unsuccessful"
        }
    ]
}