Roads Contractors Framework Renfrewshire
The scope of these works is to carry out work on Councils roads network to assist the Council at times of high workload.
United Kingdom-Hamilton: Works for complete or part construction and civil engineering work
2018/S 049-107037
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Council Headquarters, Almada Street
Hamilton
ML3 0AA
United Kingdom
Contact person: Alan A Russell
Telephone: +44 3031231015
E-mail: procurement_service@southlanarkshire.gov.uk
NUTS code: UKM95
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
I.1)Name and addresses
Civic and Corporate Headquarters, Southbank Marina,12 Strathkelvin Place
Kirkintilloch
G66 1TJ
United Kingdom
Telephone: +44 1415745750
E-mail: procurement@eastdunbarton.gov.uk
Fax: +44 1415745529
NUTS code: UKM81Internet address(es):Main address: http://www.eastdunbarton.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00225
I.1)Name and addresses
Eastwood HQ, Eastwood Park
Giffnock
G46 6UG
United Kingdom
Telephone: +44 1415778591
E-mail: purchasing@eastrenfrewshire.gov.uk
NUTS code: UKM83Internet address(es):Main address: http://www.eastrenfrewshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
I.1)Name and addresses
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
United Kingdom
Telephone: +44 1416186400
E-mail: cpu@renfrewshire.gov.uk
Fax: +44 1416187050
NUTS code: UKM83Internet address(es):Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Roads Contractors Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The scope of these works is to carry out work on Councils roads network to assist the Council at times of high workload.
All Works will be carried out under the “Specification for Highway Works”.
The contract which results from this tender process will be a Framework Contract let under the terms and conditions of the NEC3 Framework Contract April 2013 and subsequent amendments. Contracts awarded from the subsequent Framework will be under the terms and conditions of the NEC3 Engineering and Construction Contract (Options A and C), or the NEC3 Engineering and Construction Short Contract.
The anticipated start date of the framework is July/August 2018 and will be a 4 year term.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Lot 3 — Large Individual Projects
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South Lanarkshire, East Dunbartonshire, East Renfrewshire, Renfrewshire.
II.2.4)Description of the procurement:
Lot 3 – Large Individual Projects including but not restricted to those which are funded by Glasgow City Region City Deal will also be procured through this contract as a mini-tender only, and will be accessible to East Dunbartonshire, East Renfrewshire, Renfrewshire Councils and will include additional scheme specific quality questions concerning method statements, community benefits and others as required. Each scheme will be issued as a separate Invitation to Tender (ITT). These works may include additional Z clauses.
The works under Lot 3 will involve earthworks (including soil modification / stabilisation), drainage, carriageway construction, major retaining structures, street lighting, noise structures and landscaping. The works will be carried out on a Work Package basis.
No work is guaranteed to any individual Contractor under the Framework.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Further information can be found in the document “Attachment 2 — Evaluation of the PQQ”.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Network Improvements (Projects)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South Lanarkshire.
II.2.4)Description of the procurement:
Lot 1 — Network Improvements (Projects).
For the undertaking of civil engineering works in relation to improvements of the road network including drainage schemes, carriageway and footway resurfacing schemes and other works associated with the improvement of the network.
No work is guaranteed to any individual Contractor under the Framework.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Further information can be found in the document “Attachment 2 — Evaluation of the PQQ”.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Routine Maintenance (Provision of Labour and Plant)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
South Lanarkshire.
II.2.4)Description of the procurement:
Lot 2 — Routine Maintenance (Provision of Labour and Plant).
For the undertaking of works in relation to routine maintenance of the road network including road drainage, kerbing, ducting, surfacing and other works associated with the maintenance of the network.
No work is guaranteed to any individual Contractor under the Framework.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
Further information can be found in the document “Attachment 2 — Evaluation of the PQQ”.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
ESPD Question 2A.18 Lots.
The Framework will be split into 3 as follows:
Lot 1: Network Improvements (Projects).
Lot 2: Routine Maintenance (Provision of Labour and Plant).
Lot 3: Large Individual Projects including but not restricted to those which are funded by Glasgow City Region City Deal will also be procured through this contract as a mini-tender only,and will also be accessible to East Dunbartonshire, East Renfrewshire, Renfrewshire Council’s and will include additional scheme specific quality questions concerning method statements, community benefits and others as required. Each scheme will be issued as a separate Invitation to Tender (ITT). These works may include additional Z clauses.
Bidders may submit a tender for 1, 2 or all 3 lots.
There is no maximum number of lots that may be awarded to one bidder.
Exclusion Criteria:
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.
ESPD Questions 3A-3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a Pass/Fail basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
ESPD Question 4A.1 Trade Registers.
It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.
If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
III.1.2)Economic and financial standing
ESPD Question 4B.4 Economic and Financial Standing:
The Council will use the following ratios to evaluate a bidders financial status:
— profitability: this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio,
— liquidity: this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio,
— gearing: this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Bidders must provide the name and value of each of the 3 ratios within their response to ESPD Question 4B.4.
The Council requires bidders to pass 2 out of the 3 financial ratios above.
Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes “marginal”?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cashflow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder’s debt owed to group companies?
Is the bidder’s debt due to be repaid over a number of years, and affordable?
Have the bidder’s results been adversely affected by “one off costs” and / or “one off accounting treatments”?
Do the bidder’s auditors (where applicable) consider it to be a “going concern”?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier / source of the Goods / Works / Services in the marketplace?
The Council will request submission of and assess the bidders financial accounts to validate the information provided.
ESPD Question 4B.5 Insurance:
The Bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10 000 000 GBP in respect of each claim, without limit to the number of claims.
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5 000 000 GBP in respect of each claim, without limit to the number of claims.
Professional Indemnity Insurance is not required for the purposes of appointment to the Framework however may be required for specific call off contracts from Lot 3. Where required this will be included in the Contract Data for these specific projects.
III.1.3)Technical and professional ability
ESPD Question 4C.1 Technical and Professional Ability:
With reference to the nature and details of the works that are the subject matter of this tender, relevant examples are to be provided of works undertaken by the bidder in the last 5 years.
Where bids are being submitted for all three Lots, the evidence provided should encompass the entire scope of the requirements. Where less that all three lots are being bid for, the evidence should similarly encompass only works you wish to be considered for.
Bidders should also demonstrate experience where they have used the NEC3 suite of contracts, specifically the NEC3 Engineering and Construction Contract, or contracts which have management techniques similar to those in the NEC3 suite of Contracts.
ESPD Question 4C.4 Technical and Professional Ability (Supply Chain Management / Tracking Systems).
Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 above.
ESPD Question 4C.6 Technical and Professional Ability (Qualifications):
The Bidder as a company will hold the following educational or professional qualifications — Details and Class of Driving License for HGV Operators including Certificate of Professional Competence (Driver CPC).
The Bidders as a company will hold the following educational or professional qualifications — Goods Vehicle Operator’s Licence.
ESPD Question 4C.9 Technical and Professional Ability (Equipment):
Bidders to provide details of the relevant tools, plant or technical equipment available in relation to this procurement exercise.
Bidders must demonstrate that they hold (or have access to) sufficient plant to facilitate the undertaking of the works as detailed in II.2.4 above.
ESPD Question 4D.1 Quality Assurance Schemes:
It is a requirement of this tender that the bidder recommended for award holds the following Quality Assurance scheme membership: BS EN ISO9001 Quality Management or a documented Quality Assurance Policy that as a minimum covers:
— quality management.
— quality performance.
— training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities,
— on-going procedures for monitoring Quality Management,
— a complaints process.
(Further information can be found in Attachment 13 of the tender).
ESPD Question 4D.2 Environmental Management Standards:
It is a requirement of this tender that the bidder recommended for award holds the following environmental standard / accreditation: BS EN ISO14001 Environmental Management systems or a documented Environmental Management Standard that as a minimum covers:
— environmental policy,
— environmental management procedures,
— training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities,
— on-going procedures for monitoring Environmental Management Performance,
— systems for monitoring Environmental Management Performance,
— waste procedures,
— environmental protection measures with suppliers.
(Further information can be found in Attachment 14 of the tender).
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Section VI: Complementary information
VI.1)Information about recurrence
4 years
VI.2)Information about electronic workflows
VI.3)Additional information:
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 3011
For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A subcontract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:
As the Framework will not guarantee any level or value of work, no Community Benefits will be included.
Community Benefits clauses will however be included in each appropriate contract called off from the Framework via Mini Competition.
(SC Ref:525832)
VI.4.1)Review body
Council Headquarters, Almada Street
Hamilton
ML3 0AA
United Kingdom
Telephone: +44 3031231015Internet address:http://www.southlanarkshire.gov.uk
VI.5)Date of dispatch of this notice:
Read More
YORconsult2 North and East Area Consultants Framework 2018
North Lincolnshire Council Traffic Management Framework
Cornwall Council Highways Condition Surveys Contract
Gloucestershire County Council Highways Term Maintenance Contract