Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Renfrewshire Council
Renfrewshire House, Cotton Street
Paisley
PA1 1JB
UK
Telephone: +44 3003000300
E-mail: louise.bishop@renfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.renfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400
I.2) Joint procurement
The contract is awarded by a central purchasing body
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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
Tenders or requests to participate must be sent to the abovementioned address
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 Renfrew Riverside (CWRR) Maritime Linesmen
Reference number: RC-CPU-24-045
II.1.2) Main CPV code
63720000
II.1.3) Type of contract
Services
II.1.4) Short description
The CWRR project includes a new opening road bridge linking Renfrew to Glasgow and West Dunbartonshire at a location just east of Rothesay Dock on Dock Street Clydebank.
The operational provisions require that the bridge opens to shipping as a priority over road traffic crossing the bridge.
While the bridge is designed and constructed in a manner which minimises the risk of the bridge failing to open when required. It also includes a number of redundancy features to enable intervention to overcome mechanical failure and allow the bridge to open.
As an absolute fail-safe measure, the project includes a layby berth, located on the riverside of Rothesay Dock, where vessels travelling up river, will be able to berth, should all other measures not allow the bridge to open.
The Council are looking to appoint two suitably experienced Maritime Linesmen, who will be available 24 hours per day, 365 days per year on on-call basis to support mooring and let go operations as and when required by the Client and in the event of the bridge not opening.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
63721000
63723000
63724000
34500000
34510000
63726610
60640000
II.2.3) Place of performance
NUTS code:
UKM83
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 who is suitably experience to provide the services of 2x Maritime Linesmen who will be available 24 hours per day, 365 days per year on an on call basis to support mooring and let go operations as and when required by the Client and in the event of the Clyde Waterfront and Renfrew Riverside (CWRR) Bridge not opening.
Scope and Key Responsibilities
A single call out will be required for the following:
- to ensure safe and secure mooring and letting go of vessels in the event of the bridge not opening, and as otherwise required by the Client.
- to participate in any mock exercises arranged by the Client.
As part of the call out services, the Contractor may be required to:
- ensure the safe movement of people to Dock Steet (Drawing Ref Linesmen / 001), or other nearby location as agreed with the Client, should there be a need for passengers to disembark from a moored vessel.
- in the event that any breakdown, accident, loss or damage to the Layby Berth or any other associated Asset occurs (such as the bridge), immediately notify the Client and provide support, such as reporting on damage and gathering witness statements, for any Client claims to recover costs from third parties or insurers.
The Form of Contract used for this contracts will be NEC4 Term Service Short Contract June 2017 with Z additional and amended clauses.
It is anticipated the Contract will be awarded on or around 16 September 2024. The starting date will be on or around 23 September 2024. The service period is anticipated to be sixty (60) months and will expire on the 22 September 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).
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
Criteria below:
Quality criterion: Methodology and Approach to delivering the services
/ Weighting: 25
Quality criterion: Availability and Quality of Resources
/ Weighting: 15
Quality criterion: Fair Work First
/ Weighting: 5
Price
/ Weighting:
55
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.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
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.
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 5million GBP minimum (statutory), each and every claim; Where the Provider is exempt from this requirement, eg as a ‘sole trader’, then this must be confirmed by the Provider in writing.
Public Liability Insurance = MINIMUM 2million GBP minimum, each and every claim - with no exclusions in regard to abuse/molestation;
Motor Vehicle Insurance = Statutory THIRD-PARTY INSURANCE – – Third Party Motor vehicle Cover, if vehicles are used at all for this contract (ie for attending council premises for supplier performance monitoring meetings), please provide evidence by way of a valid MV certificate in the company name;
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 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:
Please provide two relevant examples of services carried out during the last three years:
Tenderers will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice.
Minimum requirement:
Tenderer who fail to provide examples that demonstrate they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice may be assessed as a FAIL and may be excluded from the Procurement process.
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-24-045 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 Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
05/08/2024
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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:
05/08/2024
Local time: 12:00
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 26944. 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:
The Council request Voluntary Community Benefits for this Contract.
As detailed in the Procurement Documents contained in the Supplier Attachment Area for the project on PCS-t.
(SC Ref:769480)
VI.4) Procedures for review
VI.4.1) Review body
Refer to Section VI.4.3
Refer to Section VI.4.3
UK
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
UK
VI.5) Date of dispatch of this notice
05/07/2024