Tender

Appraisal of Peat Landslide Hazard Risk Assessments

  • Scottish Government

F02: Contract notice

Notice identifier: 2024/S 000-025003

Procurement identifier (OCID): ocds-h6vhtk-0488d6

Published 8 August 2024, 11:41am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Stuart Riach

Email

stuart.riach2@gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://www.gov.scot/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

Access to the procurement documents is restricted. Further information can be obtained at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Appraisal of Peat Landslide Hazard Risk Assessments

Reference number

CASE/700980

two.1.2) Main CPV code

  • 90714000 - Environmental auditing

two.1.3) Type of contract

Services

two.1.4) Short description

The Scottish Government Energy Consents Unit is seeking expert technical advice from qualified professionals on peat stability matters in relation to development proposals under section 36, 36C and 37 of the Electricity Act 1989.

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 90711400 - Environmental Impact Assessment (EIA) services other than for construction

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Scottish Government requires expert technical input from qualified professionals on peat stability matters at different stages in the process in dealing with Electricity Act Applications.

In order to determine the applications described above, the Scottish Government requires access to technical expertise to audit the environmental information provided by developers against the Scottish Government Best Practice Guide referred to above; to make recommendations to Scottish Ministers on how any matters which fall short of best practice should be addressed; to provide advice and drafting input to Scottish Ministers on planning conditions which may be required to mitigate peat landslide risks; and to provide advice to Scottish Ministers on requirements for PLHRAs during EIA screening and scoping. These services may be required in the context on any of the applications under the Electricity Act which are determined by Scottish Ministers.

two.2.5) Award criteria

Quality criterion - Name: Overall Quality / Weighting: 75

Quality criterion - Name: Methodology / Weighting: 35/100

Quality criterion - Name: Project Team / Weighting: 35/100

Quality criterion - Name: Expertise and Data Sources / Weighting: 20/100

Quality criterion - Name: Fair Work First / Weighting: 5/100

Quality criterion - Name: Business Continuity & Disaster Recovery / Weighting: 5/100

Price - Weighting: 25

two.2.6) Estimated value

Value excluding VAT: £200,000

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The contract will be for a period of 24 months commencing on 29th November 2024, with the option to extend the contract by a further 12 months.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

It is not possible to predict exactly how many EIA development Electricity Act Applications or how many peat stability and landslide hazard risk assessments will be required to be appraised in the period of the service contract, as this is dependent on applications submitted by developers which the Scottish Government has no control over.

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

List and brief description of selection criteria

SPD 4B.5: Insurance Requirements - the bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated below:

Minimum level(s) of standards possibly required

SPD 4B.5.1a: Professional Risk Indemnity 1,000,000 GBP

SPD 4B.5.1b: Employer's (Compulsory) Liability Insurance 5,000,000 GBP

SPD 4B.5.2: Public Liability: 1,000,000 GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD 4C.1.2 - Tenderers to provide 2 examples of undertaking similar services within the last 3 years.

SPD 4C.4 - The tenderer is required to provide a statement of the relevant supply chain management and/or tracking systems used.

SPD 4C.10 - The tenderer is required to confirm if any sub-contractors will be used in the delivery of the services and provide details of the proportion (i.e percentage) of the contract they intend to subcontract.

Minimum level(s) of standards possibly required

SPD 4C.4 - If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

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

9 September 2024

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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 September 2024

Local time

12:00pm

Place

In PCS-Tender


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

The Single Procurement Document (Scotland) is a standard qualification questionnaire supplied by Scottish Ministers for all regulated

procurements. The SPD (Scotland) is used to self-certify for the minimum requirements to tender for this contract opportunity and will be scored on a Pass/Fail basis.

Each tender will be individually evaluated to identify the most economically advantageous service provider, based on the Price / Quality weightings detailed in this notice.

Questions that form the Quality award criteria for each lot will be scored using the following methodology: 0 - Unacceptable; 1 - Poor; 2 - Acceptable; 3 - Good; 4 - Excellent.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27316. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

(SC Ref:774684)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Edinburgh

Country

United Kingdom