Tender

Framework: Drone Surveys for Inspection -Bridges & Structures.

  • Fife Council

F02: Contract notice

Notice identifier: 2024/S 000-027289

Procurement identifier (OCID): ocds-h6vhtk-04710b

Published 27 August 2024, 2:20pm



Section one: Contracting authority

one.1) Name and addresses

Fife Council

Fife House, North Street

Glenrothes

KY7 5LT

Contact

Yahia Reggab

Email

yahia.reggab@fife.gov.uk

Telephone

+44 3451550000

Country

United Kingdom

NUTS code

UKM72 - Clackmannanshire and Fife

Internet address(es)

Main address

http://www.fife.gov.uk

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