Section one: Contracting authority
one.1) Name and addresses
East Dunbartonshire Council
Civic & Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
Contact
Emma Yule
emma.yule@eastdunbarton.gov.uk
Telephone
+44 1415745750
Country
United Kingdom
NUTS code
UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Internet address(es)
Main address
http://www.eastdunbarton.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
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 electronically via
https://www.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Public order and safety
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
EDC/2021/3125 STRUCTURAL REPAIRS 2021-2024
Reference number
EDC/2021/3125
two.1.2) Main CPV code
- 45220000 - Engineering works and construction works
two.1.3) Type of contract
Works
two.1.4) Short description
The works will comprise repairs to bridges, culverts, underpasses, retaining walls and the like, as instructed by the Employer during the term of the Framework Contract.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45221100 - Construction work for bridges
- 45200000 - Works for complete or part construction and civil engineering work
- 45221110 - Bridge construction work
- 45221111 - Road bridge construction work
- 45221112 - Railway bridge construction work
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45220000 - Engineering works and construction works
- 45223000 - Structures construction work
- 45221220 - Culverts
- 45221211 - Underpass
- 45262330 - Concrete repair work
two.2.3) Place of performance
NUTS codes
- UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
two.2.4) Description of the procurement
The works will comprise repairs to bridges, culverts, underpasses, retaining walls and the like, as instructed by the Employer during the term of the Framework Contract.
The works that are likely to be instructed include (but not limited to):
- Taking down and rebuilding damaged sections of masonry parapets, spandrel walls, abutments, and retaining walls.
- Repointing masonry, including pressure pointing arches.
- Repair of damaged sections of structural concrete with application of proprietary repair mortars and flowable concrete.
- Replacement of asphaltic plug expansion joints.
- Provision of proprietary waterproofing systems to concrete decks.
- Provision of proprietary waterproofing / anti-slip surfacing to footbridges.
- Reinstatement of timber decks and parapets on footbridges.
- Maintenance painting of parapets and structural steelwork.
- Reinstatement of scour protection.
- Application of sprayed concrete.
- Gabion basket installation and repair.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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.2.10) 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
4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established i.e. companies house.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must respond to ESPD Questions 4B.1.1, 4B.1.3, 4B.3, 4B.4, 4B.4.1, 4B.5.1, 4B.5.2, 4B.5.3.
The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.
Minimum level(s) of standards possibly required
4B.1.1 Bidders will be required to have a minimum “general” yearly turnover of 666,000 GBP for the last 3 years.
4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
4B.4 Bidders will be required to state the value(s) for the following financial ratio(s):
[Ratio 1] Acid Test – (Current Assets - Stock)/Current Liabilities. A company with an Acid Test Ratio of less than 1 cannot currently fully pay back its current liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1.
[Ratio 2] Return on Capital Employed % – Operating Profit/Capital employed. Return on capital employed or ROCE is used to prove the value the business gains from its assets and liabilities. To pass this question EDC require the bidder to score a positive figure/Percentage.
[Ratio 3] Current Ratio – Current Assets/Current Liabilities. The current Ratio is a liquidity ratio that measures a company's ability to pay short-term obligations. To pass this question EDC require the bidder to achieve a score of greater than 1.
EDC will consider a pass in any two of the above three ratios as an overall pass for this part of the assessment.
4B.5.1, 4B.5.2 and 4B.5.3. 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 – 10,000,000 GBP
Public Liability – 5,000,000 GBP
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in the Contract Notice or the relevant section of the Site Notice.
three.2) Conditions related to 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
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
four.1.6) Information about electronic auction
An electronic auction will be used
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
19 January 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 January 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2024.
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
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=675933.
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.
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:
As part of the response to the questions detailed in the Technical Envelope on the PCS-Tender portal, Tenderers are required to detail any social, economic and environmental benefits (hereinafter referred to as 'Community Benefits') associated with contract performance during the contract term in the event of any appointment.
Tenderers must detail the quantity, duration and value of the Community Benefits offered and provide an action plan detailing how these will be delivered.
Community Benefits will be enforceable as part of the contract and monitored as part of the Contract and Supplier Management process. Accordingly, where a contract is awarded to a Tenderer whose tender submission included proposals for Community Benefits, the Tenderer will be required to deliver those Community Benefits as part of the contract.
Further information in relation to Community Benefits is detailed in the Invitation to Tender.
(SC Ref:675933)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=675933
six.4) Procedures for review
six.4.1) Review body
Sheriff Clerks Office
Po Box 23, 1 Charlton Place
Glasgow
G5 9DA
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
East Dunbartonshire Council (EDC) will incorporate a 10 calendar day standstill period from the point at which information on the award of the contract is communicated to Tenderers. This period allows unsuccessful Tenderers to seek further debriefing from EDC before the contract is entered into. Applicants have 2 working days from the notification of the award decision to request additional debriefing and that information has to be provided a minimum of 3 working days before the expiry of the standstill period. Such additional information should be requested from the address and contact in part I.1 of this Contract Notice.
If an appeal regarding the award of contract has not been successfully resolved The Public Contracts (Scotland) Regulations 2015 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rule to take action in the Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 3 months). Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. If the contract has been entered into the Court may only award damages.
The purpose of the standstill period referred to above is to allow parties to apply to the Courts to set aside the award decision before the contract is entered into.
Further information regarding the standstill period and process is detailed in the Invitation to Tender (Vol. 0).