Section one: Contracting authority
one.1) Name and addresses
Scottish Environment Protection Agency
Angus Smith Building, 6 Parklands Avenue, Eurocentral,
Holytown, North Lanarkshire
ML1 4WQ
Contact
Hilary Doody
Telephone
+44 7721238319
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302
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
Body governed by public law
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Flood Asset Review
Reference number
23037
two.1.2) Main CPV code
- 71241000 - Feasibility study, advisory service, analysis
two.1.3) Type of contract
Services
two.1.4) Short description
The principle objective of this tender is to appoint a single supplier to examine how Scotland could improve the understanding around the protection level and condition of existing formal flood defence assets by looking at a single flood protection scheme in Scotland in greater detail.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 71241000 - Feasibility study, advisory service, analysis
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
The principle objective of this tender is to appoint a single supplier to examine how Scotland could improve the understanding around the protection level and condition of existing formal flood defence assets by looking at a single flood protection scheme in Scotland in greater detail.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
7
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-015221
four.2.2) Time limit for receipt of tenders or requests to participate
Date
14 August 2023
Local time
4:00pm
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
14 August 2023
Local time
4:00pm
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
4B.1.1: Bidders will be required to have a minimum "general" yearly turnover of 500,000 GBP for the last three years.
4B.2.1: Bidders will be required to have a minimum "specific" yearly turnover of 500,000 GBP for the last two years.
In the event that the Bidder does not comply with this requirement, they will not be considered any further in this tendering exercise. As evidence for the SPD (Scotland) question 4B.1.1 or 4B.1.2, the Procurement Officer may ask for annual accounts from the bidder.
4B.4: Bidders must demonstrate Gearing at a ratio of less than or equal to 100%; Bidders must demonstrate Profitability taken after tax but before dividends & minority interests; Bidders must demonstrate Liquidity at a ratio of equal to or greater than 1
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
4B.5 Insurances
4B.5.1a: Professional Risk Indemnity Insurance = 250,000 GBP in respect of each claim and unlimited in the number of claims covered by the insurance during any one insurance period. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate.
4B.5.1b: Employers (Compulsory) Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims covered by the insurance during any one insurance period or in accordance with any legal requirement for the time being in force if greater.
4B.5.2: Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims covered by the insurance during any one insurance period. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate.
Tenderers may be required to provide their current Employers Liability & Public Liability Insurance certificates which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies.
"
SEPA will access a Dun&Brad Street report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer’s economic and financial standing. Tenders are asked to provide their company number within the SPD. SEPA will obtain a report for each Tenderer following the closing date for Tender receipts in order to have the most up to date information.
4D.1: Tenderers are required to hold ISO 9001 Quality Management System or equivalent
4D.2: Tenderers are required to hold ISO 14001 / 14002 Environmental Management or equivalent
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=737111.
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:737111)
six.4) Procedures for review
six.4.1) Review body
Court of Session
Edinburgh
Country
United Kingdom