Opportunity

Site Supervision Services for the design and construction works contract for CWRR Project

  • Renfrewshire Council

F02: Contract notice

Notice reference: 2021/S 000-001441

Published 25 January 2021, 12:24pm



Section one: Contracting authority

one.1) Name and addresses

Renfrewshire Council

Renfrewshire House, Cotton Street

Paisley

PA1 1JB

Contact

Rebecca Park

Email

citydeal@renfrewshire.gov.uk

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.