Section one: Contracting authority
one.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
Contact
Yahia Reggab
Telephone
+44 3451550000
Country
United Kingdom
NUTS code
UKM72 - Clackmannanshire and Fife
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publiccontractsscotland.gov.uk/authority/Noticecreate/Question602.aspx?ID=776132
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publiccontractsscotland.gov.uk/authority/Noticecreate/Question602.aspx?ID=776132
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
Framework: Drone Surveys for Inspection -Bridges & Structures.
Reference number
TW0016
two.1.2) Main CPV code
- 79961200 - Aerial photography services
two.1.3) Type of contract
Services
two.1.4) Short description
Fife Council aims to establish a framework consisting of three lots for a period of 24 months, with an option to extend for an additional 2x12 months. Accordingly, Fife Council is seeking suppliers capable of providing drone surveys in the following areas:
-Confined Spaces Surveys
-Bridge Surveys
-Coastal/Harbour Surveys
two.1.5) Estimated total value
Value excluding VAT: £520,000
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
Harbour and Coastal Drone/ RoV Surveys
Lot No
3
two.2.2) Additional CPV code(s)
- 79961200 - Aerial photography services
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
two.2.4) Description of the procurement
Currently Fife Council’s harbour walls are inspected by a team of two from a hired boat. By using drone surveys, we can get a much closer look at the walls, and they would allow review of the inspection videos in-house for immediate assessment of suspect issues. Therefore, the Council is looking for a supplier(s) able to carry out photogrammetric and LiDar surveys of the Council’s harbour walls above and below the waterline and similar surveys of inaccessible coast lines above the highwater mark on an as-and-when basis. We require indicative costs for the following items.
-Mobilisation to site
-Delivery of a 4K Video file – Required.
-Delivery of a Photogrammetric model of each structure surveyed. Please detail accuracy of measurement possible. – Required.
-Delivery of a brief descriptive report of the activity and inspection in electronic or pdf format – Required.
-Live stream of the inspection video feed to MS Teams or similar. – Desired.
-Any other items such as site establishment, H&S requirements, accommodation costs etc,
Budget
It is estimated that a budget of GBP30,000 per year would be made available for these types of survey
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £120,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
Up to 2X12 month extension
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
Candidates must complete all of the sections of the SPD, Part 4C.1 contains a scored question which will be used to shortlist candidates. A short-list of approximately 10-15 suppliers shall be invited to tender (a clear break in scoring shall determine the break-point for short-list and in the event of equal scoring, additional suppliers shall be taken through to tender stage).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.
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) Description
two.2.1) Title
Bridge Drone Surveys
Lot No
2
two.2.2) Additional CPV code(s)
- 79961200 - Aerial photography services
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
two.2.4) Description of the procurement
Currently Fife Council’s bridge General and Principal inspections are all conducted in person, necessitating lone working and in many cases the use of specialist access equipment.
Inspections are conducted in accordance with codes of practice at the following intervals.
General Inspections – every 2 years
Principal Inspections – every 6 years
Therefore, the Council is looking for a supplier(s) able to carryout photogrammetric and LiDar surveys of the Council bridge inventory on an as-and-when basis. We require indicative costs for the following items.
-Mobilisation to site
-Delivery of a 4K Video file – Required.
-Delivery of a Photogrammetric model of each structure surveyed. Please detail accuracy of measurement possible. – Required.
-Delivery of the Lidar survey Cloud points in rcp or rcs format. – Required.
-Delivery of a brief descriptive report of the activity and inspection in electronic or pdf format – Required.
-Provide Revit model of structure surveyed – Table of costs of levels of detail (LoD) from 1-5. - Required
-Live stream of the inspection video feed to MS Teams or similar. – Desired.
-Any other items such as site establishment, H&S requirements, accommodation costs etc.
Indicative budget per year for project related detailed modelling using drone acquired data.
GBP50,000
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
48
This contract is subject to renewal
Yes
Description of renewals
Up to 2 X 12 month extensions
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
Candidates must complete all of the sections of the SPD, Part 4C.1 contains a scored question which will be used to shortlist candidates. A short-list of approximately 10-15 suppliers shall be invited to tender (a clear break in scoring shall determine the break-point for short-list and in the event of equal scoring, additional suppliers shall be taken through to tender stage).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.
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) Description
two.2.1) Title
Confined Space Drone Surveys
Lot No
1
two.2.2) Additional CPV code(s)
- 79961200 - Aerial photography services
two.2.3) Place of performance
NUTS codes
- UKM72 - Clackmannanshire and Fife
Main site or place of performance
Fife
two.2.4) Description of the procurement
Fife Council is required by Codes of Practice to inspect all structures every 2 to 3 years. Our policy is to inspect Confined Spaces every 3 years due to the hazardous nature of confined space entry. Therefore, the Council is looking for supplier(s) able to provide the following:
Carry out photogrammetric and LiDar surveys of the Council’s Bridges & Structures Service 41 Confined Spaces. Initially we require at least 14 of these inspected in the first year. We require indicative costs for the following items.
-Mobilisation to site
-Delivery of a 4K Video file – Required.
-Delivery of a Photogrammetric model of each structure surveyed. Please detail accuracy of measurement possible. – Required
-Delivery of the Lidar survey Cloud points in rcp or rcs format. – Required.
-Delivery of a brief descriptive report of the activity and inspection in electronic or pdf format – Required.
-Provide Revit model of structure surveyed – Provide an indicative table of costs of level of detail (LoD) 1-5 (This will not be required for all structures).
-Live stream of the inspection video feed to MS Teams or similar. – Desired.
-Any other items such as site establishment, H&S requirements, accommodation costs etc.
It is estimated that a budget of GBP 50,000 per year would be made available for the above surveys.
This would not include the costs of revit modelling as it is appreciated this will not always be required and is more costly.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
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
Up to 2 x 12 month extensions
two.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 10
Objective criteria for choosing the limited number of candidates:
Candidates must complete all of the sections of the SPD, Part 4C.1 contains a scored question which will be used to shortlist candidates. A short-list of approximately 10-15 suppliers shall be invited to tender (a clear break in scoring shall determine the break-point for short-list and in the event of equal scoring, additional suppliers shall be taken through to tender stage).
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Fife Council may require additional purchases under this contract which have not been specifically detailed in the "specification" however any additional purchases will be in full accordance with the requirements of Regulation 72 of the Public Contract (Scotland) Regulations 2015.
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
4B.4 and 4B.4.1 Ratio
4B.5.1 4B.5.2 4B.5.3 Insurance
Minimum level(s) of standards required:
4B.4 and 4B.4.1 A Liquidity Ratio will be applied Current Assets will be divided by Current Liabilities. Tenderers are to provide their
current assets and Current liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a
ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why and the Council
may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer.
4B.5.1 4B.5.2 4B.5.3 Insurance Organisations must also have or commit to have the relevant levels of insurance cover before the framework starts or we will exclude you from this procurement.
GBP10m Employers Liability
GBP 5m Public Liability
GBP 1m Professional Liability
Minimum level(s) of standards possibly required
B.4 and 4B.4.1 Ratio
4B.5.1 4B.5.2 4B.5.3 Insurance
Minimum level(s) of standards required:
4B.4 and 4B.4.1 A Liquidity Ratio will be applied Current Assets will be divided by Current Liabilities. Tenderers are to provide their
current assets and Current liabilities in relation to their published accounts for the last two years. Tenderers are expected to achieve a
ratio of 1 or more. Where a Tenderer does not meet this requirement further details should be provided to confirm why and the Council
may undertake additional financial checks and a qualitative judgement shall be made as to the financial capacity of the Tenderer.
4B.5.1 4B.5.2 4B.5.3 Insurance Organisations must also have or commit to have the relevant levels of insurance cover before the framework starts or we will exclude you from this procurement.
GBP10m Employers Liability
GBP 5m Public Liability
GBP 1m Professional Liability
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1 and 4C1.1 Experience
4C.6 and 4C.6.1 Professional Qualifications
4C.7 Environmental Management
4C.8.1 and 4C.8.2 Manpower
4C.9 Relevant Plant and Tools
4D.1 and 4D.1.2 Quality Assurance
Part IV Concluding Statement
Minimum level(s) of standards possibly required
4C.1 and 4C1.1 Experience We will evaluate organisation’s experience and capability relative to what we intend to buy, in particular:
Supplying the same services
Achieving the same or similar outcomes
Suppliers will be required to provide 3 examples of works carried out in the past 5 years that demonstrate that they have the relevant experience to deliver the works as described in the scope. Scoring key provided below and applicable. A maximum word count of 500 words will apply to each example in this question
The scoring key below
Evaluation score Description
0 Your answer is not relevant; it will not contribute to achieving the relevant aspects of the specification.
1 Your answer has some relevance albeit with weak supporting evidence; it will contribute little to achieving the relevant aspects of the specification.
2 Your answer is partially relevant with some supporting evidence; it will contribute to achieving the relevant aspects of the specification.
3 Your answer is largely complete and directly relevant with significant supporting evidence; it will contribute significantly to achieving the relevant aspects of the specification.
4 Your answer is complete and directly relevant with unequivocal supporting evidence; it will achieve the relevant aspects of the specification.
4C.6 and 4C.6.1 Professional Qualifications You shall be excluded you from this procurement if you don’t hold the following:
The bidders must operate an ISO 9001:2015 Quality Management System.
The bidders must have operators for external operations licensed for flying in the open category with A2 CofC qualification per the UK Civil Aviation Authority (CAA)’s “CAP 722 - Unmanned Aircraft System Operations in UK Airspace – Policy and Guidance” and operate in accordance with BS ISO 21384-3:2023 Unmanned aircraft systems - Operational procedures.
Evidence to be provided.
4C.7 Environmental Management You shall be excluded you from this procurement if you don’t hold a SEPA waste carriers licence
Or equivalent
4C.8.1 and 4C.8.2 Manpower We will evaluate your organisation’s annual manpower and managerial staff levels over the last 3 years to ensure adequate resources are in place to support the delivery of this framework agreement. We can exclude you from this procurement if, in our opinion, you cannot resource the agreement we intend to award.
4C.9 Relevant Plant and Tools Suppliers will be required to demonstrate that they have access to the relevant Plant and Equipment, to allow access to the required roofs whilst complying with Health and Safety Directives. These can include the following but are not limited to this
EPL
Leo Platform
4D.1 and 4D.1.2 Quality Assurance Organisations must confirm they have in place documented, monitoring and reviewing arrangements on an ongoing basis for
Quality Assurance
Health & Safety
Documented arrangements that the organisation has a system for monitoring quality management procedures on an on-going basis.
Part IV Concluding Statement Declaration of information accuracy You shall be excluded from this procurement if you do not give:
Relevant information about the person providing the signature
The date of the signature, and it is not before the date of the deadline
The signature of person authorised to sign
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The bidders must have operators for external operations licensed for flying in the open category with A2 CofC qualification per the UK Civil Aviation Authority (CAA)’s “CAP 722 - Unmanned Aircraft System Operations in UK Airspace – Policy and Guidance” and operate in accordance with BS ISO 21384-3:2023 Unmanned aircraft systems - Operational procedures.
Evidence to be provided
three.2.2) Contract performance conditions
KPIs
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: 9
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.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-018872
four.2.2) Time limit for receipt of tenders or requests to participate
Date
30 September 2024
Local time
12:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
28 October 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: Yes
Estimated timing for further notices to be published: Six to eight months before the end of the framework.
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
This will be a Fife Council multi suppliers’ framework to which up to a maximum of 3 approved providers will be appointed for each lot.
The Framework contract will be awarded to ranked contractors for each lot, those with the highest scoring tenders (Price & Quality) and will be ranked according to their total weight score, with the highest weighted scoring tender being awarded Position 1, the next highest weighted scoring tenderer will be awarded Position 2 and so on. Where tenderers have achieved the same total weighted score, their rankings will then be determined by their Quality score. The tenderer with the highest Quality score being awarded the higher position.
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=776132.
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.
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:
Community Benefits - Detail any community benefits you may be able to bring to this contract for Fife
(SC Ref:776132)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=776132
six.4) Procedures for review
six.4.1) Review body
Sheriff Court
Courthouse, Whytecausway,
Kirkcaldy
KY1 1XQ
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session