Section one: Contracting authority
one.1) Name and addresses
Transport Scotland South East
Buchanan House, 58 Port Dundas Road
Glasgow
G4 0DX
Contact
Billy Minto
billy.minto@transport.gov.scot
Telephone
+44 7824334325
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
https://www.transport.gov.scot/
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13185
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
National or federal Agency/Office
one.5) Main activity
Other activity
Transport
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Kincardine Bridge Southern Piled Viaduct Replacement
Reference number
TS/ROADS/WKS/2021/03
two.1.2) Main CPV code
- 45221100 - Construction work for bridges
two.1.3) Type of contract
Works
two.1.4) Short 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.
two.1.5) Estimated total value
Value excluding VAT: £16,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45221111 - Road bridge construction work
- 45221100 - Construction work for bridges
- 45262310 - Reinforced-concrete work
- 45221110 - Bridge construction work
two.2.3) Place of performance
NUTS codes
- UKM76 - Falkirk
Main site or place of performance
Kincardine Bridge Southern Piled Viaduct
(Easting 292562, Northing 687165)
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Execution of works; comprehension of risks associated with works; management methodology; programming of the works; and Community Benefits / Weighting: 40
Cost criterion - Name: Final tenders will be assessed against evaluation criteria to determine the most economically advantageous submission. / Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £16,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
Objective criteria for choosing the limited number of candidates:
It is intended that a maximum of five economic operators be taken forward to tender stage. These economic operators shall be those who
have:
(i) submitted a compliant submission, comprising the completed SPD;
(ii) satisfied the relevant selection criteria under the exclusion grounds;
(iii) (a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects over a specified value; and
(b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional ability; and
(c) Human Resources – possess the necessary human resources, qualified appropriately to perform the requirement (iv) quality, environmental and health and safety management systems and appropriate sustainability measures attributing significantly to
the requirement put in place;
(v) satisfied minimum standards of economic and financial standing;
(vi) achieved the first, second, third, fourth or fifth highest combined weighted scores in respect of technical or professional ability
calculated in accordance with the responses to Statements (c), (d) and (e) (refer to Section III.1.3).
However, if an economic operator has not submitted a compliant submission as described in (i) above, failed in respect of either (ii), (iii),
(iv), or (v), above, then that economic operator shall be excluded from the ranking of scores described in (vi) as above.
In terms of the Public Contracts (Scotland) Regulations 2015, there will be a requirement on economic operators to provide proof of
economic and financial standing and of technical and professional ability prior to proceeding to the next stage of the competition and
contract award and the tender documents will contain specific provisions requiring tenderers to inform Transport Scotland of any changes
to their economic and financial standing or technical and professional ability during the procurement competition. Further, Transport
Scotland reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to
proceeding to the next stage of the competition and contract award, including during any standstill period. If means of proof does not
satisfy Transport Scotland’s selection criteria and/or if an economic operator no longer meets the requirements set out in the tender
documents it shall be excluded from this procurement competition. If this follows tender evaluation, including during any standstill period,
the next ranked most economically advantageous tenderer shall be requested to provide proof of economic and financial standing and
technical and professional ability with a view to contract award.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) 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. 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).
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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 level(s) of standards possibly required
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.
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 level(s) of standards possibly required
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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
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.
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 February 2022
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
29 April 2022
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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.
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=665812.
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.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s
economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental
considerations. The Community Benefits included in this contract are:
Requirement will be detailed in tender documentation and may relate to - training and recruitment, the availability of sub-contracting
opportunities or which is otherwise intended to improve the economic, social or environmental wellbeing of the Kincardine Bridge area.
(SC Ref:665812)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=665812
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerk's Office
PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
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.