Opportunity

Multi-Supplier Framework Agreement for Ground Investigation Works

  • Transport Scotland

F02: Contract notice

Notice reference: 2024/S 000-008082

Published 13 March 2024, 4:26pm



Section one: Contracting authority

one.1) Name and addresses

Transport Scotland

2nd Floor, George House, 36 North Hanover Street

Glasgow

G1 2AD

Contact

John Docherty

Email

john.docherty@transport.gov.scot

Telephone

+44 1412727100

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.transport.gov.scot

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

National or federal Agency/Office

one.5) Main activity

Other activity

Transport


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Multi-Supplier Framework Agreement for Ground Investigation Works

two.1.2) Main CPV code

  • 45111250 - Ground investigation work

two.1.3) Type of contract

Works

two.1.4) Short description

Transport Scotland, on behalf of the Scottish Ministers, has identified the need for specialist Ground Investigation (GI) works to support the delivery of infrastructure projects.

The procurement comprises the establishment of a Multi-supplier Framework Agreement (MSFA) with a number of ground investigation contractors to carry out and report on GI works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MSFA is concluded, individual GI contracts can be called off by mini-competition or other procedures in accordance with the Agreement.

The MSFA is divided into 2 Lots by estimated value of the individual GI call-off contracts.

two.1.5) Estimated total value

Value excluding VAT: £45,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Multi-Supplier Framework Agreement for Ground Investigation Works - Lot 1 - less than GBP 500,000

Lot No

1

two.2.2) Additional CPV code(s)

  • 45111250 - Ground investigation work
  • 45120000 - Test drilling and boring work
  • 45121000 - Test drilling work
  • 45122000 - Test boring work
  • 71351500 - Ground investigation services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Sites across Scotland predominantly in connection with the Trunk Road Network upgrading and maintenance schemes.

two.2.4) Description of the procurement

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a suitably experienced Framework Contractors to carry out GI works to support the development and delivery of trunk road and other transport infrastructure schemes throughout Scotland.

The Framework Contractors will be procured through a Restricted procedure, in accordance with the Public Contracts (Scotland) Regulations 2015. Transport Scotland will manage the proposed procurement process for the Multi-Supplier Framework Agreement for Ground Investigation Works on behalf of the Scottish Ministers. In the event of a Framework Agreement being concluded, the Framework Agreement will be entered into between the Scottish Ministers and the successful tenderers.

This is a two stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates. Detailed information regarding the award process and award criteria for the tender phase will be supplied to Economic Operators who are invited to tender.

The intended Conditions of Contract are likely to be Infrastructure Conditions of Contract (ICC).

To be considered for the prequalification stage, Economic Operators are required to complete and submit a Single Procurement Document (SPD) in accordance with this Contract Notice and the Supplementary Information Document which can be accessed via the Additional Documents located within the Additional Notice Options, this can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).

Economic Operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of the information they have provided within the SPD.

It is intended that the Framework Agreement will last four years.

two.2.5) Award criteria

Quality criterion - Name: Key Personnel; Resourcing; Managing Individual Call-Off Contracts; Provision of Information and Deliverables; Community Benefits; Fair Work First / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £5,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

It is intended that eight Economic Operators be taken forward to tender participation stage. These Economic Operators shall be those who have:

(i) submitted a compliant submission, comprising the completed SPD (ii) satisfied the relevant selection criteria under the exclusion grounds

(iii) (a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects; and

(b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional activity; and

(c) Educational & Professional Qualifications - possess the necessary educational and professional qualifications to perform the

requirement

(iv) has in place quality, environmental and health and safety management systems;

(v) satisfied minimum standards of economic and financial standing

(vi) achieved the first, second, third, fourth, fifth, sixth, seventh and eighth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (b),(c), (d) and (e) (refer to Section III.1.3).

However, if an Economic Operator has not submitted a compliant submission as described in (i) above or failed in respect of either (ii), (iii),(iv) or (v) above, then that Economic Operator shall be excluded from the ranking of scores described in (vi) as above.

In terms of Public Contracts (Scotland) Regulations 2015, there will be a requirement on Economic Operators to provide proof of economic and financial standing, and of technical and professional ability prior to proceeding to the next stage of competition and award. The tender documents will contain specific provisions requiring tenders to inform Transport Scotland of any changes to their economic and financial standing or technical and professional ability during the procurement process.

Transport Scotland reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to proceeding to the next stage of the competition and contract award, including during any standstill period. If means of proof does not satisfy Transport Scotland's selection criteria and/or if an Economic Operator no longer meets the requirements set out in the tender documents, it shall be excluded from this procurement competition. If this follows tender evaluation, including during any standstill period, the next ranked most economically advantageous tenderer shall be requested to provide proof of economic and financial standing, and technical and professional ability with a view to contract award.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic Operators who initially meet but then subsequently fail to meet the criteria, prior to contract award, shall be excluded.

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.

two.2) Description

two.2.1) Title

Multi-supplier Framework Agreement for Ground Investigation Works - Lot 2 - greater than GBP 500,000

Lot No

2

two.2.2) Additional CPV code(s)

  • 45111250 - Ground investigation work
  • 45120000 - Test drilling and boring work
  • 45121000 - Test drilling work
  • 45122000 - Test boring work
  • 71351500 - Ground investigation services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Sites across Scotland, predominantly in connection with the Trunk Road Network upgrading and maintenance schemes.

two.2.4) Description of the procurement

Transport Scotland is an agency of the Scottish Government and contracts in the name of and on behalf of the Scottish Ministers. Transport Scotland has identified the requirement to appoint a suitably experienced Framework Contractors to carry out GI works to support the development and delivery of trunk road and other transport infrastructure schemes throughout Scotland.

The Framework Contractors will be procured through a Restricted procedure, in accordance with the Public Contracts (Scotland) Regulations 2015. Transport Scotland will manage the proposed procurement process for the Multi-Supplier Framework Agreement for Ground Investigation Works on behalf of the Scottish Ministers. In the event of a Framework Agreement being concluded, the Framework Agreement will be entered into between the Scottish Ministers and the successful tenderers.

This is a two stage procedure, comprising a prequalification stage and a tender stage. Section II.2.9 of this Contract Notice describes the criteria for choosing the limited number of candidates. Detailed information regarding the award process and award criteria for the tender phase will be supplied to Economic Operators who are invited to tender.

The intended Conditions of Contract are likely to be Infrastructure Conditions of Contract (ICC).

To be considered for the prequalification stage, Economic Operators are required to complete and submit a Single Procurement Document (SPD) in accordance with this Contract Notice and the Supplementary Information Document which can be accessed via the Additional Documents located within the Additional Notice Options, this can be downloaded via the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk).

Economic Operators shall be evaluated in accordance with the Public Contracts (Scotland) Regulations 2015, on the basis of the information they have provided within the SPD.

It is intended that the Framework Agreement will last four years.

two.2.5) Award criteria

Quality criterion - Name: Key Personnel; Resourcing; Managing Individual Call-Off Contracts; Provision of Information and Deliverables; Community Benefits; Fair Work First / Weighting: 60

Cost criterion - Name: Cost / Weighting: 40

two.2.6) Estimated value

Value excluding VAT: £40,000,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

48

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 8

Objective criteria for choosing the limited number of candidates:

It is intended that eight Economic Operators be taken forward to tender participation stage. These Economic Operators shall be those who have:

(i) submitted a compliant submission, comprising the completed SPD (ii) satisfied the relevant selection criteria under the exclusion grounds

(iii) (a) Minimum Standards of Eligibility - provided evidence of working on specified types of projects; and

(b) Technical or Professional Ability - provided evidence demonstrating an acceptable level of technical or professional activity; and

(c) Educational & Professional Qualifications - possess the necessary educational and professional qualifications to perform the

requirement

(iv) has in place quality, environmental and health and safety management systems;

(v) satisfied minimum standards of economic and financial standing

(vi) achieved the first, second, third, fourth, fifth, sixth, seventh and eighth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the responses to Statements (b),(c), (d) and (e) (refer to Section III.1.3).

However, if an Economic Operator has not submitted a compliant submission as described in (i) above or failed in respect of either (ii), (iii),(iv) or (v) above, then that Economic Operator shall be excluded from the ranking of scores described in (vi) as above.

In terms of Public Contracts (Scotland) Regulations 2015, there will be a requirement on Economic Operators to provide proof of economic and financial standing, and of technical and professional ability prior to proceeding to the next stage of competition and award. The tender documents will contain specific provisions requiring tenders to inform Transport Scotland of any changes to their economic and financial standing or technical and professional ability during the procurement process.

Transport Scotland reserves the right to undertake further verification to ensure continuing compliance with the selection criteria at any time prior to proceeding to the next stage of the competition and contract award, including during any standstill period. If means of proof does not satisfy Transport Scotland's selection criteria and/or if an Economic Operator no longer meets the requirements set out in the tender documents, it shall be excluded from this procurement competition. If this follows tender evaluation, including during any standstill period, the next ranked most economically advantageous tenderer shall be requested to provide proof of economic and financial standing, and technical and professional ability with a view to contract award.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

Economic operators who initially meet but then subsequently fail to meet the criteria, prior to contract award, shall be excluded.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.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 relevant selection criteria will be included in the SPD Scotland module.

three.1.2) Economic and financial standing

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD Scotland module

three.1.3) Technical and professional ability

List and brief description of selection criteria

The relevant selection criteria will be included in the SPD Scotland module

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

It is the Employer’s policy to measure the performance of the Framework Contractors on a regular basis.

In the event that the Framework Contractors performance falls below a satisfactory level, the Framework Contractors will be invited to determine a means of rectifying the situation. Repeated or continual service failures may result in suspension or termination of the contract.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

four.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: 10

In the case of framework agreements, provide justification for any duration exceeding 4 years:

n/a

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

18 April 2024

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

27 May 2024

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Each Economic Operator shall be invited to submit a Tender on the same contract terms. To be considered for this procurement competition, Economic Operators should complete an SPD through the Public Contract Scotland portal and submit the completed SPD.

As set out in accordance with section II.2.9 above, an Economic Operator who no longer has the requisite objective criteria as required under the Contract Notice and SPD shall be excluded from this procurement competition.

Please note there are minimum requirements concerning Cyber Security for this contract. If successful, it is expected that the Economic Operators will commit to holding a valid Cyber Essentials certificate, if not already held.

Tenderers will be asked to confirm that they will pay staff based in the UK that are involved in the delivery of this Framework Agreement at least the real Living Wage.

The Framework Agreement value is anticipated to be in the range of GBP 35-45m.

Please refer to the Supplementary Information Document for full additional information.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=752821.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

For further details on Transport Scotland's approach to Community Benefits in Procurement please refer to: https://www.transport.gov.scot/about/procurement

(SC Ref:752821)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=752821

six.4) Procedures for review

six.4.1) Review body

Sheriff Clerk's Office

PO Box 23, 1 Carlton, Place

Glasgow

G5 9DA

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom