UK-Glasgow: Demolition, site preparation and clearance work.

UK-Glasgow: Demolition, site preparation and clearance work.
Section I: Contracting Authority
I.1) Name and addresses
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 7768545959, Email: andrew.mulvay@scottishwater.co.uk
Main Address: https://www.scottishwater.co.uk/, Address of the buyer profile: https://www.scottishwater.co.uk/
NUTS Code: UKM
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Demolition%2C-site-preparation-and-clearance-work./W767924B4V
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/W767924B4V to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

I.6) Main activity:
Water

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Ground Investigations
Reference Number: SW19/CI/1267
II.1.2) Main CPV Code:
45111000 - Demolition, site preparation and clearance work.

II.1.3) Type of contract: WORKS
II.1.4) Short description: The Ground Investigation Contractor(s) appointed will be required to provide, inter alia, ground investigation for design and construction (by others) of clean and dirty water infrastructure likely to comprise treatment works, pumping stations, water pipelines, sewers, shafts, manholes, chambers, pipe jacks, HDD’s and guided auger bores and any other relevant service. Ground investigation to assess mining and contamination/ waste risk will also be required.

The successful Contractors(s) will also be required to carry out all ground investigation aspects of Pre-Site Works, Site Works and Post Site Works activities.

The Contractor(s) appointed are not required to provide consultancy services to ensure adequacy of the design of the project for which the works and services are carried out. However, liaison and collaboration with other delivery partners will be required to achieve the aims of the investigation and project.
II.1.5) Estimated total value:
Value excluding VAT: 20,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
71351000 - Geological, geophysical and other scientific prospecting services.

II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: The Ground Investigation Contractor(s) appointed will be required to provide, inter alia, ground investigation for design and construction (by others) of clean and dirty water infrastructure likely to comprise treatment works, pumping stations, water pipelines, sewers, shafts, manholes, chambers, pipe jacks, HDD’s and guided auger bores and any other relevant service. Ground investigation to assess mining and contamination/ waste risk will also be required.

Ground investigation will involve:
Pre-Site Works
a) Pricing of ground investigation contract documents (specification/ BoQ), including site visits to assess and cost for all elements involved in completing the ground investigation works. b) Advance measures required prior to site works such as permissions (for example Coal Authority), Health and Safety assessment and documentation, co-ordination with Scottish Water services and the Principal Contractor with regard to compounds, landowner interface, access routes and tracks, biosecurity and reinstatement for instance. c) Defining of site attendance (number and experience of staff);

Site Works
d) On site services including cable percussion boring, rotary drilling, dynamic sampling with rotary follow on, Low Ground pressure Rigs, Rotary Sonic Rigs, Window Sample Rigs, Investigation on Rail and Transport Scotland property, access to (3D) GPR/ slit trenches services to positively locate underground utilities, trial pitting, probing, in situ testing, geophysical testing (for example mine shaft location), geotechnical and environmental sampling, installation of instrumentation and monitoring, all to obtain information on ground conditions in compliance with current standards and best practice guidance.

Post Site Works
e) Provision of accurate AFP’s to agreed schedule dates; f) Post fieldwork monitoring for gas and water; g) Laboratory geotechnical testing of soil and rock ( for example, but not limited to, Point Load, UCS and Cerchar abrasivity) and geo-environmental testing and reporting including for water supply pipe assessment (UKWIR) and Waste Acceptance Criteria (WAC) as well as for human health and water environment assessment. h) Factual Reports.

Appropriate storage and management of samples obtained for a minimum of twelve months after completion of testing, analysis and reporting.
The contractor(s) appointed are not required to provide consultancy services to ensure adequacy of the design of the project for which the works and services are carried out. However, liaison and collaboration with other delivery partners will be required to achieve SW Internal Commercial the aims of the investigation and project. Desk Study and GIR/ GDR and Baseline Reports are unlikely to be required. Limited consultancy services in liaison with the Client or their consultants and partners may be required.

Scottish Water specifications and WIMES specifications apply to the supply of all Commodities as do any and all regulatory requirements.
II.2.5) Award criteria:
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value:
Value excluding VAT: 20,000,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: 4 x 1 year extension options
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 3

Objective criteria for choosing the limited number of cadidates: Not provided
II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: No
Description of options: Not provided
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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
Identification of the project: Not provided
II.2.14) Additional information: The PQQ Documents can also be accessed by logging in through the Scottish Water Delta e-sourcing webpage https://www.delta-esourcing.com/ and through the Response Manager section using the following Access code: W767924B4V



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:
It is requirement of this framework agreement that persons responsible for carrying out the framework must have membership of the following Professional body: British Drilling Association (BDA) or the equivalent. Bidders that do not have, or cannot commit to obtain membership of the required trade or professional body may be excluded from further participation in this procurement exercise.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.4) Objective rules and criteria for participation
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No
III.1.6) Deposits and guarantees required:
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.
III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.
III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Bidders must comply with modern slavery act and operate an ethical supply chain.
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: No

Section IV: Procedure
IV.1) Description NEGOTIATED_WITH_COMPETITION
IV.1.1) Type of procedure: Competitive procedure with negotiation

IV.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:
Not Provided
In the case of framework agreements justification for any duration exceeding 8 years: Not Provided
IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.

IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
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 in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 15/12/2020 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided
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: Not Provided


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.3) Additional Information: Scottish Water will not accept the ESPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the OJEU Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Demolition%2C-site-preparation-and-clearance-work./W767924B4V

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/W767924B4V
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
1 Carlton Pl, Glasgow, G5 9TW, United Kingdom
Tel. +44 01414298888
VI.4.2) Body responsible for mediation procedures:
Scottish Water
6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
Tel. +44 7768545959, Email: andrew.mulvay@scottishwater.co.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 12/11/2020

Annex A