Section one: Contracting authority
one.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
Contact
Rebecca Park
Telephone
+44 3003000300
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.renfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Site Supervision Services for the design and construction works contract for CWRR Project
Reference number
RC-CPU-20-353
two.1.2) Main CPV code
- 71520000 - Construction supervision services
two.1.3) Type of contract
Services
two.1.4) Short description
Renfrewshire Council require a Consultant to undertake site supervision services for the Clyde Waterfront and Renfrew Riverside Construction project.
Full Scope of Services is included in the procurement documents contained on the PCS-tender system.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71521000 - Construction-site supervision services
- 71540000 - Construction management services
- 71530000 - Construction consultancy services
- 71500000 - Construction-related services
- 71541000 - Construction project management services
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Clyde Waterfront Renfrew Riverside site, Renfrewshire
two.2.4) Description of the procurement
Renfrewshire Council is using the open tender procedure to procure a Consultant to undertake site supervision services for the design and construction works for the Clyde Waterfront Renfrew Riverside Project.
Key components of the construction works project include:
An opening bridge over River Clyde connecting Dock Street, Clydebank to Meadowside Street, Renfrew at Lobnitz Dock;
New road linking Meadowside Street to the A8 at Argyll Avenue;
New/ improved active travel routes connecting to the new infrastructure including segregated pedestrian and cycling links;
New and upgraded infrastructure to link into the surrounding road network;
New and improved junctions; and
A lay-by berth facility for ships at Rothesay Dock.
The Construction contract is anticipated to commence in April 2021. The Construction contract is envisaged to take circa 34 months to complete and also includes a defects period of 24 months for the bridge and civil engineering elements and 5 years for landscaping.
The Consultant's services include but are not limited to:
- Role of Project Manager and Supervisor for an NEC4 Engineering and Construction works contract Option C target cost contract with Client specific additional and amended clauses.
- site supervisory services, on behalf of the Client for the design and construction of the opening bridge, other structures, mechanical and electrical plant, communication and IT Infrastructure, roads, footpaths, landscaping, environmental and associated infrastructure aspects of the works.
Full scope of services is set out in the procurement documents contained on the PCS-tender system.
two.2.5) Award criteria
Quality criterion - Name: Project Team Capability / Weighting: 20
Quality criterion - Name: Project Management and Quality Controls / Weighting: 8
Quality criterion - Name: Added Value / Weighting: 6
Quality criterion - Name: Community Benefits / Weighting: 4
Quality criterion - Name: Fair work practices / Weighting: 2
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
The contract duration will be subject to the duration of the design and construction works contract.
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
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
Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
Bidders must confirm if they hold the particular authorisation or memberships.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Renfrewshire Council requires to ensure that the economic operator has the necessary economic and financial capacity to perform and
complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the
works has suitable financial strength and capacity to complete these works.
The Council will require bidders to have a (“general”) yearly turnover of 1m GBP and to evidence this level of turnover in the previous
3 years.
The Council will also require the economic operator to evidence where possible they have a Dun & Bradstreet failure score of no less than 20.
The Council recognises that many businesses have been directly affected by the Coronavirus pandemic and therefore may be unable to
meet the D&B score. Where an economic operator wishes to be considered for selection under this contract but cannot meet the D&B score
that economic operator must provide financial information which will satisfy the Council that they have an equivalent level of economic
and financial standing; and must provide related guarantees or formal assurances to support their right to participate and be considered for
any contract award (Regulation 61(8)).
Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council
reserves the right to assess the financial strength and suitability the Key subcontractor as part of the qualification process;
Where the economic operator relies upon a parent company to provide financial
assurance in support of their bid, the Council will also reserve the right to seek financial information on the strength and suitability of the
parent company; and
Where the economic operator relies upon the capacity of other parties in respect of selection and/or performance of the contract, then
dependent on the nature of the arrangement the Council may require full disclosure of financial information in support of the bid.
The Council reserves the right to monitor that the economic operator continues to meet the financial selection requirements upon receipt of
the invitation to tender or after evaluation has been completed and prior to any award being made. Economic operators must inform the
Council of any changes to any submission made by them in respect of their financial and or economic situation.
The Council will further reserve the right to remove any economic operator from the tendering process where they are no longer able to
fulfil any of the selection requirements as directed within the procurement documents.
Minimum level(s) of standards possibly required
The minimum requirements are detailed in Appendix 1 - ESPD requirements of the document titled 'CWRR Site Supervision Services ITT Information and
Instructions for Candidates' attached to the PCS-tender system and include:
Turnover- Bidders will be required to have a minimum "general" yearly turnover of 1m GBP for the last 3 years
Insurance - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently
awarded contract, the types and levels of insurance indicated below:
Employers liability – minimum 5m GBP, each and every claim
Public liability Insurance - Not less than 5m GBP in respect of any one occurrence, the number of occurrences being unlimited
Professional Indemnity insurance –not less than 2m GBP in the aggregate and such insurance shall be in place from the commencement of
the Services until no less than twelve (12) years after the Completion of the services; and
Motor vehicle insurance – unlimited in respect of death or injury and a minimum 5m GBP in respect of property damage.
Other economic & financial standing criteria; Dun & Bradstreet - failure score of no less than 20
three.1.3) Technical and professional ability
List and brief description of selection criteria
Quality Assurance
Project Management
Contract Administration
NEC4 Project Manager and Supervisor roles for an NEC4 EEC Option C contract
Project Team capability and experience (inc. sub-contracting/consulting)
Engineering and construction works site supervision
Bridge and road design checks
BIM Protocol
Sustainability
Environmental Management
Health and Safety
Minimum level(s) of standards possibly required
Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant
experience to deliver the services as described in the Site Notice for contracts similar is scope and scale to the CWRR project.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO
9001 (or demonstrate equivalent standard).
The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or
equivalent) or a valid EMAS (or demonstrate equivalent standard) certificate.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The contract will include performance conditions including those in relation to fair working practices and community benefits.
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
Open 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
8 March 2021
Local time
12:00pm
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: 5 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
8 March 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17862. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Employment and Recruitment
Education and Training Opportunities
Community Support (Financial and Non financial)
Supply chain development
Tenderer's proposals and commitments in regard to the above will be monitored and reported regularly
(SC Ref:641711)
six.4) Procedures for review
six.4.1) Review body
Refer to VI.4.3
Refer to VI.4.3
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 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session.