Construction Tenders

Sat May 04 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 24th Apr 2024

Tender Details
Referenceocds-h6vhtk-042696
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£450,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 24th Apr 2024

Tender Details
Referenceocds-h6vhtk-042696
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value£450,000

Section I: Contracting authority

I.1) Name and addresses

Renfrewshire Council

Renfrewshire House

Paisley

PA1 1JD

Contact

Rebecca Park

Email

rebecca.park [at] 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

I.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/

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Clyde Waterfront and Rnfrew Riverside (CWRR) Bridge Maintenance Contract

Reference number

RC-CPU-23-137

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

1. Renfrewshire Council is one of 32 council areas of Scotland. Our Corporate Procurement Unit works with Council services to develop Contracts and procedures which achieve Best Value. The Corporate Procurement Unit also has a vital role to play in supporting the Council successfully deliver its overall strategy and achieve a positive vision for Renfrewshire’s communities.

The Employer has a requirement to place a contract with a single Contractor that has suitable skills and experience carrying out planned and reactive maintenance activities on major moving structures in order to demonstrate suitable capacity and capability to undertake a NEC4 Term Service Short Contract June 2017 with Z additional and amended clauses for the planned and reactive maintenance of the Clyde Waterfront and Renfrew Riverside (CWRR) Bridge.

It is anticipated the Contract will be awarded on or around 15 July 2024. The starting date will be the date the CWRR Main construction work contract completes which is anticipated to be on or around 28 August 2024. The service period is anticipated to be sixty (60) months and will expire on the 27 August 2029.

The Council is exploring options with other authorities in the Glasgow City Region about long term options and opportunities for the planned and reactive maintenance of major moving structures in and around the River Clyde.

The contract includes two (2) break clauses at the end of year three (3) and year four (4) which can be instructed at the sole discretion of the Council subject to the conditions of contract (Z 19).

In the event that the Contract does not commence on 28 August 2024, the service period shall run from the starting date as stated in the Letter of Acceptance.

The Conditions of Contract are the core clauses of the NEC4 Term Service Short Contract June 2017 with the Client’s additional and amended clauses as referenced in Section 3 of the ITT and can be found in the supplier attachment area of Public Contracts Scotland – Tender for RC-CPU-23-137.

II.1.5) Estimated total value

Value excluding VAT: £450,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 45259000 - Repair and maintenance of plant
  • 50232100 - Street-lighting maintenance services
  • 50232200 - Traffic-signal maintenance services
  • 50334400 - Communications system maintenance services

II.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

Clyde Waterfront and Renfrew Riverside Bridge, Renfrew

II.2.4) Description of the procurement

The Employer has a requirement to place a contract with a single Contractor that has suitable skills and experience carrying out planned and reactive maintenance activities on major moving structures in order to demonstrate suitable capacity and capability to undertake a NEC4 Term Service Short Contract June 2017 with Z additional and amended clauses for the planned and reactive maintenance of the Clyde Waterfront and Renfrew Riverside (CWRR) Bridge.

It is anticipated the Contract will be awarded on or around 15 July 2024. The starting date will be the date the CWRR Main construction work contract completes which is anticipated to be on or around 28 August 2024. The service period is anticipated to be sixty (60) months and will expire on the 27 August 2029.

The contract includes two (2) break clauses at the end of year three (3) and year four (4) which can be instructed at the sole discretion of the Council subject to the conditions of contract (Z 19).

The Council is exploring options with other authorities in the Glasgow City Region about long term options and opportunities for the planned and reactive maintenance of major moving structures in and around the River Clyde. The optional break clauses

Full details of the requirements are contained in the Procurement Documents which can be accessed and downloaded from the PCS-tender portal.

II.2.5) Award criteria

Quality criterion - Name: Understanding of the Scope, Method and Approach / Weighting: 20

Quality criterion - Name: Quality and detail of resources / Weighting: 10

Quality criterion - Name: Provision of Emergency Response / Call out Service / Weighting: 15

Quality criterion - Name: Provision of Management Information / Weighting: 5

Quality criterion - Name: Community Benefits Outcome Menu / Weighting: 2

Quality criterion - Name: Community Benefit Method Statement / Weighting: 3

Quality criterion - Name: Fair Work First / Weighting: 5

Price - Weighting: 40

II.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

For the avoidance of doubt, the Contract includes optional break clause options at end of year 3 and year 4 which can be used at the Council's sole discretion in accordance with the contract.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: Yes

Description of options

The Contract is for a term service contractor. As well as the planned maintenance requirements, the Council may have requirement to instruct Task Orders ad hoc in line with the Scope of services and conditions.

The Council reserves the right to use Regulation 33 - use of the negotiated procedure without prior call for competition to procure the same Contractor where the Council require similar services during the contract period.

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The Council may instruct modifications to the Contract for additional or similar services. The Council will test any decision to instruct additional services


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

The Bidder must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Full details can be found in the SPD and the ITT Information and Instructions which can be accessed through the website referenced in section I.3 of this Contract Notice.

At least one Consortium Member or Reliance Entity (e.g. parent company guarantor) must meet the minimum economic and financial standing selection criteria on behalf of the Consortium to pass.

SPD 4B.5 Statement: The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover as follows:

Employer’s (Compulsory) Liability Insurance = MINIMUM 10 MILLION GBP each and every claim

Public Liability Insurance = MINIMUM 25 MILLION GBP each and every claim (in the aggregate for products) (no exclusions for heat works, working at height or tunnelling/ excavations)

Contract’s All Risk Insurance = value of works +15% (including cover for items on "free loan")

Motor Vehicle Insurance = Statutory THIRD-PARTY INSURANCE – MINIMUM 5 MILLION GBP each and every claim for property damage

4B.6 The Bidder (including all Consortium Members in a Consortium) have a Dun & Bradstreet Failure Score of 20 or above in order to demonstrate its financial strength and stability.

Minimum level(s) of standards possibly required

Bidder will require to evidence insurance cover to the MINIMUM levels specified.

The Bidder (including all Consortium Members in a Consortium) will be required to have a Dun & Bradstreet Failure Score of 20 or above in order to demonstrate its financial strength and stability.

Where the Bidder is not able to make such a declaration, provides full details of the relevant events alongside an explanation of the expected impact on the Bidder’s economic and financial standing. Supporting evidence must be provided where available.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Full details can be found in the SPD and the SPD Information and Instructions which can be accessed through the website referenced in section I.3 of this Contract Notice.

At least one example of the organisation’s experience maintaining a major moving bridge or structure and delivering an on call/ emergency call out service.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Refer to the Procurement Documents and Conditions of Contract contained in the project for RC-CPU-23-237 on PCS-tender portal

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-037177

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

24 May 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)

IV.2.7) Conditions for opening of tenders

Date

24 May 2024

Local time

12:00pm

Place

Remote opening

Information about authorised persons and opening procedure

Refer to ITT information and instructions


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The Council is conducting the procurement process under the open procedure in accordance with the Public Contracts (Scotland) Regulations 2015 and the Council's Standing Orders Relating to Contracts.

The Council may modify this contract during its term in accordance with the Council's Standing Orders relating to Contracts and with consideration of Regulation 72 of the Public Contract Scotland Regulations 2015.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26522. 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:

As detailed in the Procurement Documents contained in the Supplier Attachment Area for the project on PCS-t.

(SC Ref:764575)

VI.4) Procedures for review

VI.4.1) Review body

Refer to Section VI.4.3

Refer to Section VI.4.3

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Court of Session

Parliament Square

Edinburgh

EH1 1RQ

Country

United Kingdom