Construction Contract Leads
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 27th Mar 2024
Reference | ocds-h6vhtk-03b4a6 |
Common Procurement Vocabulary | Engineering works and construction works |
Procurement Method | Competitive procedure with negotiation |
Value | £25,500,000 |
No location provided
Category Works
Type
No. of Lots 1
Status Active
Published 27th Mar 2024
Reference | ocds-h6vhtk-03b4a6 |
Common Procurement Vocabulary | Engineering works and construction works |
Procurement Method | Competitive procedure with negotiation |
Value | £25,500,000 |
Section I: Contracting authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House
Paisley
PA1 1JD
Contact
Rebecca Park
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
Construction works for the Advanced Manufacturing and Innovation District Scotland South (AMIDS South)
Reference number
RC-CPU-22-352
II.1.2) Main CPV code
- 45220000 - Engineering works and construction works
II.1.3) Type of contract
Works
II.1.4) Short description
The Advanced Manufacturing Innovation District Scotland (AMIDS) South plays a key role in completing Renfrewshire Council’s proposed network of infrastructure projects by connecting the town of Paisley (population, circa 77,000), the largest local settlement, by all modes to AMIDS some 3km distance from the town centre and other nearby settlements of Renfrew and Inchinnan (and beyond) and providing direct links to existing and planned active travel routes (ATR).
The over-arching AMIDS South project objectives are:
Stimulation of increased economy and development activity in Paisley and the wider area,
Attract and retain an increased working age population in the local area,
Improve strategic, gateway and local access connections and perceptions between:
Paisley Town Centre,
Paisley Gilmour Street,
AMIDS, /Glasgow Airport and
the neighbouring communities.
Improve integration of the area and key institutions (such as West College Scotland): north and south of Paisley Gilmour Street and east and west of the White Cart and
Capture the benefits of major infrastructure improvements and associated development for Paisley Town Centre, Paisley, Renfrewshire and reinforce the value of planned investment at AMIDS.
The AMIDS south project will provide new and more direct links to the proposed new Secondary School and Community Campus for the communities west of the White Cart Water.
The proposed works for AMIDS South construction comprise:
Upgrade and widening of approximately 1.7km existing road including new road infrastructure – North to South Route including new sewer structure,
Upgrade of existing retaining walls for riverbank retention work at east-bank of White Cart Water,
Construction of a new 93-meter span steel arch bridge over the White Cart Water and
Construction of a new offline road over 550m – East to West Route.
For details refer to drawing numbers: AMIDSS-AMEY-HGN-DR-CH-000002 to 000004 – General Arrangements
Main components are summarised in Appendix 1 – Statement of Requirements and “AMIDSS Scope Part 1 - Final - Stage 1” as contained in the Suppliers Attachment Area.
General information on the Project can be found here: Paisley to AMIDS transport links - Renfrewshire Website
II.1.5) Estimated total value
Value excluding VAT: £25,500,000
II.1.6) Information about lots
This contract is divided into lots: No
II.2) Description
II.2.2) Additional CPV code(s)
- 45112730 - Landscaping work for roads and motorways
- 45221111 - Road bridge construction work
- 45233000 - Construction, foundation and surface works for highways, roads
- 45233100 - Construction work for highways, roads
- 45233120 - Road construction works
- 45233121 - Main road construction works
- 45233123 - Secondary road construction work
- 45233125 - Road junction construction work
- 45233220 - Surface work for roads
- 45233221 - Road-surface painting work
- 45233300 - Foundation work for highways, roads, streets and footpaths
- 45233320 - Foundation work for roads
- 45316110 - Installation of road lighting equipment
- 45233294 - Installation of road signals
- 45233290 - Installation of road signs
- 71322000 - Engineering design services for the construction of civil engineering works
- 71311100 - Civil engineering support services
- 71311000 - Civil engineering consultancy services
- 71300000 - Engineering services
- 71312000 - Structural engineering consultancy services
- 71320000 - Engineering design services
- 44212100 - Bridge
- 45221000 - Construction work for bridges and tunnels, shafts and subways
- 45221100 - Construction work for bridges
II.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Paisley
II.2.4) Description of the procurement
The AMIDS South construction works contract is intended to be in the form of an NEC4 Engineering and Construction Contract Option A Fixed Priced Contract with an Activity Schedule including X optional and Z additional and amended clauses.
The works are primarily Employer’s design with Contractor’s Design Portions. In the event the Council requires to enter into negotiation to improve tenders, the Council may consider including additional elements of Contractor’s Design such as the White Cart Crossing bridge.
The construction programme is anticipated to be 24 months with a 24 months defects period. There will be a key date for completion of the works contained in Zone X which includes the pedestrian and vehicular access for the new Paisley Grammar School Campus by 30 May 2026.
Planning consent for the project is in place and the Contractor will be directly responsible for discharging a number of planning consent conditions as detailed in the Scope.
The proposed works for AMIDS South construction comprise:
Upgrade and widening of approximately 1.7km existing road including new road infrastructure – North to South Route including new sewer structure,
Upgrade of existing retaining walls for riverbank retention work at east-bank of White Cart Water,
Construction of a new 93-meter span steel arch bridge over the White Cart Water and
Construction of a new offline road over 550m – East to West Route.
Full details of the works can be found in the document titled “AMIDSS Scope Part 1 - Final - Stage 1”.
The draft conditions of contract are included with the ITP documents. These may be subject to change as the scope, drawings and specifications for the work are finalised. Final versions will be published in the ITT.
Further information on the negotiation process will be provided to Bidders selected to submit a tender in the initial ITT.
II.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
II.2.6) Estimated value
Value excluding VAT: £25,500,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 March 2025
End date
29 May 2027
This contract is subject to renewal
Yes
Description of renewals
Extensions of time as permitted by the conditions of contract
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 3
Objective criteria for choosing the limited number of candidates:
Owing to character limitations in the Contract Notice not all criteria and information relating to this procurement can be included in this notice. The objective and non-discriminatory criteria are set out in full in the SPD Instructions forming Appendix 2 of the SPD Information and Instructions document which can be accessed through the website referenced in section I.3.
The RTP selection process will be carried out in three stages.
Stage One: Compliance Check and Exclusion Grounds (Mandatory and Discretionary) (Pass/Fail): that the Bidder has submitted a complete and compliant RTP response; and whether any of the Bidder's consortium members and/or reliance entities (if any) are in breach of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of the Council, in accordance with Part III of the SPD and Regulation 58 of the Regulations;
Stage Two: Selection Criteria - Minimum Requirements (Pass/Fail): that the Bidder meets the requisite economic and financial standing Selection Criteria deemed appropriate for the Project set out in Section 3 of the SPD Instructions and meets the technical and professional ability selection criteria set out in Part 3 of the SPD Instructions; and
Stage Three: Down Selection Criteria assessment (Scored): Bidders who pass Stage One and Stage Two will then have their RTP response scored in accordance with the Down Selection Criteria which are set out in Section 3 of the SPD Instructions. The Down Selection Criteria will be applied to all Bidders that pass Stage 1 and Stage 2 to reduce the number of Bidders that are invited to tender.
It is the Council's intention to reduce the number of Bidders to THREE but the Council reserves the right to shortlist more than 3 Bidders where it is required to ensure (or demonstrate) competition. Bidders achieving the highest scores will be invited to tender.
The SPD Information and Instruction document, contained in the Suppliers Attachment Area on the PCS-tender system, provides Bidders full details on the selection process and Down Selection Criteria.
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: Yes
Description of options
The Council intends to procure the Gallowhill Cycle Link as part of a separate procurement process, however reserves the right to instruct this as a variation to the scope for this contract or award directly to the appointed contractor subject to Council assessment of best value.
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 is conducting the procurement process under the competitive procedure with negotiation in accordance with the Public Contracts (Scotland) Regulations 2015 and the Council's Standing Orders Relating to Contracts.
The SPD Information and Instructions, contained in the Suppliers Attachment Area on the PCS-Tender System, provides Bidders with detailed information on the Project.
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 SPD 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.1.1 Statement: Bidders will be required to have a general yearly turnover of a minimum of 50m GBP for the last 3 years. The average turnover stated shall be based upon the figures reported in the last 3 year’s audited financial statements. Where, for any valid reason, the Bidder does not have 3 years’ audited financial statements available, the Council may accept other forms of documentation which it considers acceptable as proof.
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:
Professional Risk Indemnity Insurance = MINIMUM 10 MILLION GPB in the aggregate with one annual reinstatement OR MINIMUM 25 MILLION GBP in the aggregate
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)
Contract’s All Risk Insurance = value of works +15%
Motor Vehicle Insurance = Statutory THIRD-PARTY INSURANCE – MINIMUM 5 MILLION GBP each and every claim
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
Bidders will be required to have a general yearly turnover of a minimum of 50m GBP for the last 3 years.
Bidder will require to evidence insurance cover to the levels specified.
he 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.
Where the Bidder is relying on the technical experience of a Consortium Member or Reliance Entity to meet the requirements of the Selection Criteria and/or Down Selection Criteria, the experience relied on must be consistent with the Consortium Member's or Reliance Entity's role under this Project.
The Selection Criteria and the Down Selection Criteria will evaluate Bidders on the basis of:
4C.1.A - Project Delivery
4C.1.B – Contractor’s Design Portion and Temporary Works Design
4C.1.C – Stakeholders on Major Infrastructure project
4C.1.D – Traffic and Pedestrian Management Urban Areas
4C.1.E – Undertaking works near major utility
4C.1.F – Undertaking works near quay wall
4C.4 - Supply Chain Management
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Will be detailed in the Procurement Documents and Conditions of Contract
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
Competitive procedure with negotiation
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.5) Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
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 000-008131
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
29 April 2024
Local time
12:00pm
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
15 May 2024
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
Tender must be valid until: 31 March 2025
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
Bidders should note that the Council is currently assembling the land required to construct the works. The Council has published 1 Compulsory Purchase Order (CPO) in relation to the land required and is in advanced discussions with the majority of landowners. The CPO ca be viewed here: Advanced Manufacturing Innovation District Scotland (AMIDS) South Compulsory Purchase Order 2023 - Renfrewshire Website
Award of a contract as a result of this procurement exercise will be subject to the Council receiving confirmation of the CPO to allow for the acquisition of land required. An update on land assembly and land made available will be included with the ITT.
Bidders should note that award of any contract as a result of this procurement process is subject to approval of the Full Business Case by the Levelling Up Fund and Council internal governance procedures.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25978. 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:
Bidders will be required to commit to delivering employment, training, supply chain development and community engagement over the duration of the Contract and develop an community benefits plan.
(SC Ref:761193)
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.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.
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