UK-Glasgow: Geotechnical engineering services.

UK-Glasgow: Geotechnical engineering services.
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:-Geotechnical-engineering-services./249CK986GY
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/249CK986GY 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: Road Coring Services
Reference Number: SW19/CI/1271
II.1.2) Main CPV Code:
71332000 - Geotechnical engineering services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: This framework will cover the provision of road coring services on a pan-Scotland basis including laboratory testing of the core samples extracted on behalf of Scottish Water or its delivery partners. Both the on-site road coring services and the laboratory testing services are required to be undertaken by the same company. Service provision will apply to both a programme of work and on an ad hoc basis as required and with a 1-week turnaround time where requested.
II.1.5) Estimated total value:
Value excluding VAT: 520,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description


II.2.2) Additional CPV codes:
71332000 - Geotechnical engineering services.
71900000 - Laboratory services.

II.2.3) Place of performance:
UKM SCOTLAND

II.2.4) Description of procurement: This framework will cover the provision of road coring services on a pan-Scotland basis including laboratory testing of the core samples extracted on behalf of Scottish Water or its delivery partners. Both the on-site road coring services and the laboratory testing services are required to be undertaken by the same company. Service provision will apply to both a programme of work and on an ad hoc basis as required and with a 1-week turnaround time where requested.

It is a mandatory requirement that framework provider be UKAS accredited for every sampling and testing activity type undertaken. Coring services shall be carried out in accordance with Roads and Utilities Committee Scotland (RAUCS) Advice Note 3. Core samples are required with a range of diameters to include: 100mm Core, 150mm core, 300mm core and 140mm minimum core (with an external barrel diameter of less than 150mm). The framework provider is required to provide these services in accordance with the Specification of Reinstatements and Openings in Roads (SROR) in force at the time of reinstatement.

It is also a mandatory requirement that the awarded contractor must have a location within/ near the central belt region of Scotland to facilitate regular contractor sample/results review visits

UKAS accredited core sample extraction services required include:
•Provision of appropriate signing, lighting and guarding of works in accordance with “Safety at Street Works and Road Works” A code of Practice
•Identification of road surface materials surrounding reinstatement
•Assessment of backfill types and classification (where feasible)

UKAS accredited core testing services required include:
•Visual assessment and description of materials, air void content, indicative layer depth measurements and assessment of inter layer bonding
•Indicative Grading Tests for Bound and unbound materials
•Full British Standard grading tests for bound and unbound materials
•Rolling Straight Edge surface regularity tests
•Ability to measure core layer thicknesses to BS EN 12687-36
•Air void testing (in accordance with relevant British Standards)
•Percentage refusal density tests
•Skid Resistance Testing
•Surface Texture Depth Testing
•Crushing strength tests of cementitious materials
•Frost Heave Test
•Clear photographs for Coring Log

UKAS Core extraction services should include compiling a safety plan for any site visit operation or programme of operations ordered or instructed by SW or our delivery partners (under CDM regulations)
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: 520,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 96
This contract is subject to renewal: Yes
Description of renewals: Initial award of 4 years with the option of 4x1 year extensions.
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: Not provided



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:
Not Provided
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.2.1) Information about a particular profession
Reference to the relevant law, regulation or administrative provision:
Not Provided
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 a single operator
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: 01/07/2021
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 SPD. 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 FTS 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:-Geotechnical-engineering-services./249CK986GY

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/249CK986GY
VI.4) Procedures for review
VI.4.1) Review body:
Glasgow Sheriff Court
1 Carlton Pl, Glasgow, G5 9TW, United Kingdom
Tel. +44 7388386407
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: 01/06/2021

Annex A