Construction Tenders

Sat October 19 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd Dec 2023

Tender Details
Referenceocds-h6vhtk-0429ad
Common Procurement VocabularyEngineering design services for the construction of civil engineering works
Procurement MethodOpen procedure
Value£180,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 22nd Dec 2023

Tender Details
Referenceocds-h6vhtk-0429ad
Common Procurement VocabularyEngineering design services for the construction of civil engineering works
Procurement MethodOpen procedure
Value£180,000

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

Marine Directorate, Marine Laboratory, 375 Victoria Road, Torry

Aberdeen

AB11 9DB

Contact

Bob McLeod

Email

bob.mcleod [at] gov.scot

Telephone

+44 1312442500

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

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

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Ministry or any other national or federal authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Refurbishment of Helmsdale Fish Counter

Reference number

CASE/216380

II.1.2) Main CPV code

  • 71322000 - Engineering design services for the construction of civil engineering works

II.1.3) Type of contract

Services

II.1.4) Short description

1.1 The Scottish Ministers invites tenders for the design, purchase and installation of

replacement fish counter system on an existing weir on the River Helmsdale by Torrish Lodge, KW8 6HU.

II.1.5) Estimated total value

Value excluding VAT: £180,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71311100 - Civil engineering support services
  • 45247220 - Weir construction work

II.2.3) Place of performance

NUTS codes
  • UKM61 - Caithness & Sutherland and Ross & Cromarty
Main site or place of performance

River Helmsdale by Torrish Lodge, KW8 6HU.

II.2.4) Description of the procurement

The existing fish counter on the River Helmsdale is run as a joint endeavour between the Helmsdale District Salmon Fishery Board and the Marine Directorate. The facility was built (ca.1990) by the Board and is run locally by them whilst Marine Directorate’s role is to contribute technical expertise, some maintenance costs and to undertake the data processing required to produce a validated fish count for use in local, national and international assessments of salmon stocks. National stock assessments are statutory requirements on Scottish Ministers and Scottish Government are committed to working internationally to manage North Atlantic salmon stocks through ICES and NASCO.

The existing facility no longer produces data of an acceptable quality for use in stock assessments. Our investigations have revealed that the site is undercounting fish, particularly in higher flows which is when most fish ascend the river. Advice has been obtained from an expert company and their opinion was that the issue is due to the installed equipment being beyond the end of its working life requiring replacement.

II.2.5) Award criteria

Quality criterion - Name: Technical Solution / Weighting: 35

Quality criterion - Name: Staff Competence, Knowledge & Experience / Weighting: 15

Quality criterion - Name: Delivery Timetable / Weighting: 15

Quality criterion - Name: Testing & Validation / Weighting: 10

Quality criterion - Name: Contract Management & Quality Assurance / Weighting: 15

Quality criterion - Name: Corporate & Social Responsibilities / Weighting: 5

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

Price - Weighting: 30

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

Start date

26 February 2024

End date

31 August 2024

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: Yes

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.1.2) Economic and financial standing

List and brief description of selection criteria

This section covers questions 4B1-6 of the SPD (Scotland).

Minimum level(s) of standards possibly required

4B2a: Bidders will be required to have a minimum "specific" yearly turnover of 360,000 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 4B1a, the Procurement Officer may ask for annual accounts from the bidder.

4B5: It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

Employers (Compulsory) Liability Insurance = In accordance with the legal obligation for the time being enforced.

Professional Indemnity Insurance = 5 Million GBP

Public Liability Insurance = 5 Million GBP

4B6: Bidders must demonstrate a Current Ratio of greater than 0.8.

Current Ratio will be calculated as follows: net current assets divided by net current liabilities.

Please state whether you have applied IFRS15 to your accounts.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Details of technical facilities, measures for ensuring quality and quality management procedures.

Minimum level(s) of standards possibly required

4C1.2: Bidders will be required to provide three examples over the last three years that demonstrate that they have the relevant experience to deliver the services/supplies as described in the Contract Notice or the relevant section of the site notice. In particular, Bidders should demonstrate and evidence of having done similar thruster maintenance in these three examples provided.

4C2: Bidders will be required to provide details of the technicians or technical bodies the bidder can call upon in relation to this procurement exercise.

4C3a: Bidders will be required to provide details of the technical facilities and measures for ensuring quality.

4C4: Bidders are required to provide a statement of the relevant supply chain management and/or tracking systems used.

4C5. Bidder will be requested to provide an opportunity for the bidder to check on technical capacity of the bidder and on their quality measures.

4C7: Bidders will be required to confirm what environmental management measures they will employ.

4C9: Bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise.

4C10: Bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract.

Quality Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

OR

2. The bidder must have the following:

A documented policy regarding quality management. The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

III.2) Conditions related to the contract

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

Open procedure

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

IV.2.7) Conditions for opening of tenders

Date

26 January 2024

Local time

12:00pm

Place

Aberdeen


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic payment will be used

VI.3) Additional information

SPD will be scored on a pass/fail basis.

Question scoring methodology for Award Criteria outlined in Invitation to Tender.

0 - Unacceptable. Nil or inadequate response. Fails to demonstrate an ability to meet the requirement.

1 - Poor. Response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate how the requirement will be fulfilled.

2 - Acceptable. Response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas.

3 - Good. Response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled.

4 - Excellent. Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.

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=538689.

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.

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=754147.

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.

(SC Ref:754147)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=754147

VI.4) Procedures for review

VI.4.1) Review body

Sheriff Court House

27 Chambers Street

Edinburgh

EH1 1LB

Telephone

+44 1312252525

Country

United Kingdom