Section one: Contracting authority
one.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
vanessa.fordyce@eastrenfrewshire.gov.uk
Telephone
+44 1415778655
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
http://www.eastrenfrewshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://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
https://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
Aurs Road Upgrade and Realignment and Balgray Reservoir Promenade and Permanent Lowering Works
Reference number
ERC000189
two.1.2) Main CPV code
- 45200000 - Works for complete or part construction and civil engineering work
two.1.3) Type of contract
Works
two.1.4) Short description
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the Aurs Road Upgrade and Realignment and Balgray Reservoir Promenade and Permanent Lowering Works. The project is part of East Renfrewshire Council's City Deal portfolio and consists of the upgrade and realignment of Aurs Road, Barrhead, stretching from the junction of Springfield Road to Stewarton Road including the installation of a Promenade and active travel route
two.1.5) Estimated total value
Value excluding VAT: £18,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233140 - Roadworks
- 44212100 - Bridge
- 44212120 - Structures of bridges
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45221100 - Construction work for bridges
- 45221110 - Bridge construction work
- 45221111 - Road bridge construction work
- 45221113 - Footbridge construction work
- 45221115 - Construction work for steel bridges
- 45221119 - Bridge renewal construction work
- 44132000 - Culvert elements
- 45221220 - Culverts
- 45247270 - Reservoir construction works
- 44611600 - Reservoirs
- 45246500 - Promenade construction work
- 45112700 - Landscaping work
- 45112730 - Landscaping work for roads and motorways
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
two.2.4) Description of the procurement
The project consists of 2 sections of new road being created to provide a better alignment for the overall road; new bridge designs including creation of new bridge to replace an existing weak road bridge, creation of new foot bridge. Partial alteration of the existing walkway bridge to Scottish Water’s drawdown tower; narrowing of road to one lane and associated traffic signal control as the road passes beneath the railway bridge; accommodation works within a neighbouring farm land to make good and reinstate the owners current procedures following disruption caused by one of the new road sections; installation of new round-a-bout; install culvert between Balgray Reservoir and Brock Burn by undertaking deep cut through Dam structure; resurfacing of the full stretch of road covering between the two junction points noted above; and the installation of a Promenade along Balgray Reservoir An overflow weir that spills into Brock Burn will also be removed / infilled and this will allow the whindust path above the weir to be resurfaced with tarmac from the end of the promenade to the bridge over the next flow control structure on the reservoir.
East Renfrewshire Council have partnered with Scottish Water to deliver this project and while East Renfrewshire Council will be the Employer under the NEC Contract, the Culvert and Weir infill will be delivered by the successful Contractor on behalf of Scottish Water. The culvert and weir infill works are required to address an “interest of safety” matter by improving the capacity of the reservoir drawdown.
two.2.5) Award criteria
Quality criterion - Name: Method Statement / Weighting: 20
Quality criterion - Name: Programme of Works / Weighting: 10
Quality criterion - Name: Team & NEC contract Experience / Weighting: 40
Quality criterion - Name: Sustainability / Weighting: 10
Quality criterion - Name: Community Benefits / Weighting: 10
Quality criterion - Name: Fair Work Practices & Living Wage / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £18,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
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
The contract is for a period of 48 months (12 months construction, 36 months maintenance period).
Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 or 59 of the Public Contracts (Scotland) Regulations 2015.
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
Due to the nature of the works it is mandatory that all of the successful contractor’s staff or staffs of a sub-contractor(s) are accredited under the Construction Skills Competence Scheme (CSCS), Considerate Constructors Scheme.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The financial assessment of Tenderers will cover the following areas:
Credit Safe Report
An assessment of financial information using accounts submitted
Turnover – the Main contractor must have an annual turnover level of at least 18m
To establish the financial standing of a Tenderer, the Council will firstly take into account a risk report provided independently by Credit Safe. Within such reports, the risk of business failure is expressed as a score ranging from 1 -100. In the event that a company is determined to have a risk failure rating of below 30 i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further.
Where you are not registered on credit safe e.g. charitable organisations, new start companies and Sole Traders you are to submit 2 years financial accounts, including Profit & Loss Statement and Balance Sheet for consideration.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Selection criteria as stated in the procurement documents.
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. Bidders must provide a response at SPD Q4.C.4 and this will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance. It should be noted that where a bidder is unable to confirm or provide a satisfactory improvement plan the Council reserves the right to remove you from the process.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in KPI's within the tender information
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
Originally published as:
Date
16 June 2023
Local time
12:00pm
Changed to:
Date
14 July 2023
Local time
12:00pm
See the change notice.
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 June 2023
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
Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days
of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.
The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23304. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
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:
East Renfrewshire Council is committed to maximising community benefits from contracts for works, goods and services in which the
Council has an interest. Community benefits should improve the economic, social or environmental wellbeing of the area. Under this contract the successful Contractor will be requested to support East Renfrewshire Council’s economic, environmental and social regeneration objectives to achieve benefits for our identified beneficiary hierarchy.
Tier 1. Targeted recruitment and training for priority employability groups.
Tier 2. Work experience placements for the same target groups.
Tier 3. Curriculum support for schools and those on employability pathways.
Tier 4. Community Enhancement for community groups and projects.
Tier 5. Small and Medium Enterprises and Social Enterprise Organisations supply chain support.
Community Benefits has been included as a mandatory requirement. Minimum Community Benefit Points (CBP) Required - 200.
(SC Ref:731210)
six.4) Procedures for review
six.4.1) Review body
Paisley Shariff Court and Justice of the Peace
Paisley
PA3 2HW
Country
United Kingdom