Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Dec 2023

Tender Details
Referenceocds-h6vhtk-04234c
Common Procurement VocabularySurveying services
Procurement MethodNegotiated procedure with prior call for competition
Value£4,200,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 11th Dec 2023

Tender Details
Referenceocds-h6vhtk-04234c
Common Procurement VocabularySurveying services
Procurement MethodNegotiated procedure with prior call for competition
Value£4,200,000

Section I: Contracting entity

I.1) Name and addresses

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Contact

Mark Duignan

Email

mark.duignan [at] scottishwater.co.uk

Telephone

+44 1414832066

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

www.scottishwater.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Surveying-services./SK82Q439N7

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Surveying-services./SK82Q439N7

Tenders or requests to participate must be submitted to the above-mentioned address

I.6) Main activity

Water


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Physical Data Capture and Management

Reference number

SW23/ACP/1439

II.1.2) Main CPV code

  • 71355000 - Surveying services

II.1.3) Type of contract

Services

II.1.4) Short description

Scottish Water are seeking to establish framework agreements with survey suppliers who will help us provide innovative solutions for the capturing of topographic and bathymetric survey data, and other digital information in support of our business plan and delivery of our Capital Programme.

II.1.5) Estimated total value

Value excluding VAT: £4,200,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71351810 - Topographical services

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

SCOTLAND

II.2.4) Description of the procurement

Scottish Water are seeking to establish framework agreements with survey suppliers who will help us provide innovative solutions for the capturing of topographic and other digital information in support of our business plan and delivery of our Capital Programme. We currently use many common survey techniques through our current suppliers. We are looking for survey suppliers work with us in close collaboration in order to introduce innovative methods to our survey data capture processes. Scottish Water is keen to explore all survey methodologies that can deliver its data requirements, especially if different techniques can provide our data requirements at a lower cost, less risk or with additional value. Scottish Water intends to award contracts under this framework through four services with provision for additional specialist surveys e.g. aerial. Our service requirement categories are: • Land Topography Surveys • Utility Location Surveys • Digital & Video Images Surveys • Bathymetric Surveys Full scope and output requirements can be found within the PQQ document section within Delta, including 'Access Codes' to each service technical questions.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: £4,200,000

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

Duration in months

96

This contract is subject to renewal

Yes

Description of renewals

The framework agreements will be awarded for an initial period of 3-years. There will be an option to extend each framework term by a further 5-years at the discretion of Scottish Water.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

Compliance with national regulatory requirements for provision of services offered.

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.1.6) Deposits and guarantees required

Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them

All prices quoted shall be in Sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded

In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Bidders must comply with the Modern Slavery Act, the Scottish Government Fair Work First policy, operate an ethical supply chain and have a carbon reduction plan. Compliance with national regulatory requirements for provision of services offered.

III.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 IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated procedure with prior call for competition

IV.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

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

26 January 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.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)


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: It is envisaged that a further notice will be published within the final year of the framework term.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement. Scottish Water will not accept the SPD. We will only accept a completed Scottish Water PQQ document. This Notice does not preclude Scottish Water from issuing other notices for specific requirements. Responses to the FTS Notice will be evaluated and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.

For more information about this opportunity, please visit the Delta eSourcing portal at:

https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Surveying-services./SK82Q439N7" target="_blank">https://scottishwater.delta-esourcing.com/tenders/UK-UK-Glasgow:-Surveying-services./SK82Q439N7

To respond to this opportunity, please click here:

https://scottishwater.delta-esourcing.com/respond/SK82Q439N7" target="_blank">https://scottishwater.delta-esourcing.com/respond/SK82Q439N7

GO Reference: GO-20231211-PRO-24738997

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sherriff Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom

VI.4.2) Body responsible for mediation procedures

Scottish Water

6 Buchanan Gate

Glasgow

G33 6FB

Email

procurementhelpline [at] scottishwater.co.uk

Telephone

+44 8000778778

Country

United Kingdom

VI.4.4) Service from which information about the review procedure may be obtained

Glasgow Sheriff Court

Glasgow

Country

United Kingdom