Opportunity

Road Coring Services

  • Scottish Water

F05: Contract notice – utilities

Notice reference: 2021/S 000-012284

Published 2 June 2021, 12:15pm



Section one: Contracting entity

one.1) Name and addresses

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Contact

Monica Hannaway

Email

Monica.Hannaway@scottishwater.co.uk

Telephone

+44 7388386407

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://www.scottishwater.co.uk

Buyer's address

https://www.scottishwater.co.uk

one.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./PCHFZ9GT57

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-title/PCHFZ9GT57

Tenders or requests to participate must be submitted to the above-mentioned address

one.6) Main activity

Water


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Road Coring Services

Reference number

SW19/CI/1271

two.1.2) Main CPV code

  • 71332000 - Geotechnical engineering services

two.1.3) Type of contract

Services

two.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-weekturnaround time where requested.

two.1.5) Estimated total value

Value excluding VAT: £520,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71900000 - Laboratory services

two.2.3) Place of performance

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

SCOTLAND

two.2.4) Description of the 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)

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £520,000

two.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 extension.

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

Envisaged minimum number: 3

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


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

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.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.1.6) Deposits and guarantees required

Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.

three.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.

three.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.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Bidders must comply with modern slavery act and operate an ethical supply chain.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

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 a single operator

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

2 July 2021

Local time

12:00pm

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.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.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./PCHFZ9GT57

To respond to this opportunity, please click here:

https://scottishwater.delta-esourcing.com/respond/PCHFZ9GT57

GO Reference: GO-202162-PRO-18335847

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place, Glasgow

Glasgow

G5 9TW

Country

United Kingdom

six.4.2) Body responsible for mediation procedures

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Email

Monica.Hannaway@scottishwater.co.uk

Telephone

+44 7388386407

Country

United Kingdom