Tender

Grangemouth Flood Prevention Scheme - Land Referencing Services

  • Falkirk Council

F02: Contract notice

Notice identifier: 2022/S 000-010681

Procurement identifier (OCID): ocds-h6vhtk-033057

Published 26 April 2022, 11:36am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

Abbotsford House, David's Loan

Falkirk

FK2 7YZ

Email

CPU@falkirk.gov.uk

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Grangemouth Flood Prevention Scheme - Land Referencing Services

Reference number

PS/032/22

two.1.2) Main CPV code

  • 73000000 - Research and development services and related consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council intends to appoint a provider of land referencing services to assist with identifying parties who require to be provided with notification of the Scheme.

two.1.5) Estimated total value

Value excluding VAT: £450,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 73000000 - Research and development services and related consultancy services
  • 73110000 - Research services
  • 71311300 - Infrastructure works consultancy services

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk

two.2.4) Description of the procurement

The Grangemouth Flood Protection Scheme is being taken forward by Falkirk Council to alleviate the risk of river and coastal flooding within Grangemouth and the surrounding areas and aims to provide multiple additional benefits. Once complete, the Scheme will be the largest in Scotland and one of the most significant in the UK.

The Council is promoting the Grangemouth Flood Protection Scheme under section 60 of the Flood Risk Management (Scotland) Act 2009. Under the 2009 Act, and the associated Flood Risk Management (Flood Protection Schemes, Potentially Vulnerable Areas and Local Plan Districts) (Scotland) Regulations 2010, the Council requires to notify various parties of the Scheme. Notices must be sent to these parties.

The Council intends to appoint a provider of land referencing services to assist with identifying parties who require to be provided with notification of the Scheme.

two.2.5) Award criteria

Quality criterion - Name: Staffing and resources / Weighting: 25%

Quality criterion - Name: Service delivery / Weighting: 40%

Quality criterion - Name: Continuous improvement and innovation / Weighting: 10%

Quality criterion - Name: Problematic titles and properties / Weighting: 10%

Quality criterion - Name: Monitoring and reporting / Weighting: 15%

Price - Weighting: 50%

two.2.6) Estimated value

Value excluding VAT: £450,000

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

Duration in months

36

This contract is subject to renewal

No

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

The initial contract duration is 2 years with the option to extend for a further period of 12 months.

The Price/Quality Ratio is 50%/50%.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

4B.1.1: Bidders will be required to have a minimum “general” yearly turnover of GBP1M for the last two years:

4B.5.1: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = GBP5M

Public Liability Insurance = GBP5M

Professional Risk Indemnity Insurance = GBP5M

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

4C.1.2: Bidders will be required to provide two examples over the last three years that demonstrate that they have the relevant experience to deliver the services as described in the specification.

The weighting will be 50% for each example with 100% attributed to the two examples for this contract. Bidders must score in total a minimum of 60% for SPD question 4C.1.2. The scoring methodology is detailed at Annex 1 of the SPD.

Any Bidder who fails to achieve the minimum points score will be excluded at this stage.

4C.2: Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.

4C.10: Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4D.1: The bidder must have the following:

b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance.

g. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence.

4D.2: The bidder must have the following:

4b. A documented process demonstrating the bidder’s arrangements for ensuring that H&S measures are effective in reducing/preventing incidents, occupational ill-health and accidents. This must provide details of the arrangements for H&S management that are relevant to the nature and scales of the requirement.

three.2) Conditions related to the contract

three.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 four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

27 May 2022

Local time

12:00pm

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

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

27 May 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) 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=689613.

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.

(SC Ref:689613)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court

Main Street

Falkirk

FK1 4AR

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

A tenderer that suffers loss as a result of a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. Falkirk Council (the Council) will have a minimum standstill period of 10 days before awarding the contract. The communication of the award decision notice will be sent by e-mail to all tenderers with the standstill period commencing on the next day. If proceedings are started in the Sheriff Court or the Court of Session against the Council in respect of the decision to award the contract within the standstill period then the Council is prevented from awarding the contract. Post contract award the Sheriff Court or the Court of Session may (1) award damages provided proceedings are brought within 3 months from the date when the grounds for the bringing of the proceedings first arose (2) be entitled to issue an ineffectiveness order or impose a financial penalty on the Council. A claim for an ineffectiveness order must be made within 30 days of the Contract Award Notice being published or within 30 days of the date those who expressed an interest in or otherwise bid for the contract were informed of the conclusion of the contract or in any other case within 6 months from the date on which the contract was entered into.