Contract

Flood Asset Review

  • Scottish Environment Protection Agency

F03: Contract award notice

Notice identifier: 2023/S 000-030718

Procurement identifier (OCID): ocds-h6vhtk-03d023

Published 18 October 2023, 11:28am



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

Email

hilary.doody@sepa.org.uk

Telephone

+44 7721238319

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.sepa.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302

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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £187,708.29

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

Quality criterion - Name: Quality / Weighting: 80

Cost criterion - Name: Price / Weighting: 20

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 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 000-018554


Section five. Award of contract

Contract No

23037

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

4 October 2023

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Jacobs

95 Bothwell Street

Glasgow

G2 7HX

Telephone

+44 1412435859

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £187,708.29


Section six. Complementary information

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

(SC Ref:747882)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

Country

United Kingdom