ARCHIVED USERS: Road Coring Services

  ARCHIVED USERS is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Road Coring Services
Notice type: Contract Notice - Utilities
Authority: ARCHIVED USERS
Nature of contract: Services
Procedure: Negotiated with competition
Short Description: This framework will cover the provision of road coring services on a pan-Scotland basis including laboratory testing of the core samples extracted on behalf of Scottish Water or its delivery partners. Both the on-site road coring services and the laboratory testing services are required to be undertaken by the same company. Service provision will apply to both a programme of work and on an ad hoc basis as required and with a 1-week turnaround time where requested.
Published: 01/06/2021 11:55
Please note this opportunity is not yet open for responses. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile. If you require further assistance, please use the Contact Us form.

View Full Notice

UK-Glasgow: Geotechnical engineering services.
Section I: Contracting Authority
      I.1) Name and addresses
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7768545959, Email: andrew.mulvay@scottishwater.co.uk
             Main Address: https://www.scottishwater.co.uk/, Address of the buyer profile: https://www.scottishwater.co.uk/
             NUTS Code: UKM
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      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:-Geotechnical-engineering-services./249CK986GY
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/249CK986GY to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided

      I.6) Main activity:
            Water

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Road Coring Services       
      Reference Number: SW19/CI/1271
      II.1.2) Main CPV Code:
      71332000 - Geotechnical engineering services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: This framework will cover the provision of road coring services on a pan-Scotland basis including laboratory testing of the core samples extracted on behalf of Scottish Water or its delivery partners. Both the on-site road coring services and the laboratory testing services are required to be undertaken by the same company. Service provision will apply to both a programme of work and on an ad hoc basis as required and with a 1-week turnaround time where requested.       
      II.1.5) Estimated total value:
      Value excluding VAT: 520,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
   
      
      II.2.2) Additional CPV codes:
      71332000 - Geotechnical engineering services.
      71900000 - Laboratory services.
      
      II.2.3) Place of performance:
      UKM SCOTLAND
      
      II.2.4) Description of procurement: This framework will cover the provision of road coring services on a pan-Scotland basis including laboratory testing of the core samples extracted on behalf of Scottish Water or its delivery partners. Both the on-site road coring services and the laboratory testing services are required to be undertaken by the same company. Service provision will apply to both a programme of work and on an ad hoc basis as required and with a 1-week turnaround time where requested.

It is a mandatory requirement that framework provider be UKAS accredited for every sampling and testing activity type undertaken. Coring services shall be carried out in accordance with Roads and Utilities Committee Scotland (RAUCS) Advice Note 3. Core samples are required with a range of diameters to include: 100mm Core, 150mm core, 300mm core and 140mm minimum core (with an external barrel diameter of less than 150mm). The framework provider is required to provide these services in accordance with the Specification of Reinstatements and Openings in Roads (SROR) in force at the time of reinstatement.

It is also a mandatory requirement that the awarded contractor must have a location within/ near the central belt region of Scotland to facilitate regular contractor sample/results review visits

UKAS accredited core sample extraction services required include:
•Provision of appropriate signing, lighting and guarding of works in accordance with “Safety at Street Works and Road Works” A code of Practice
•Identification of road surface materials surrounding reinstatement
•Assessment of backfill types and classification (where feasible)

UKAS accredited core testing services required include:
•Visual assessment and description of materials, air void content, indicative layer depth measurements and assessment of inter layer bonding
•Indicative Grading Tests for Bound and unbound materials
•Full British Standard grading tests for bound and unbound materials
•Rolling Straight Edge surface regularity tests
•Ability to measure core layer thicknesses to BS EN 12687-36
•Air void testing (in accordance with relevant British Standards)
•Percentage refusal density tests
•Skid Resistance Testing
•Surface Texture Depth Testing
•Crushing strength tests of cementitious materials
•Frost Heave Test
•Clear photographs for Coring Log

UKAS Core extraction services should include compiling a safety plan for any site visit operation or programme of operations ordered or instructed by SW or our delivery partners (under CDM regulations)
      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: 520,000       
      Currency: GBP       
      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: Initial award of 4 years with the option of 4x1 year extensions.
      II.2.9) Information about the limits on the number of candidates to be invited:
             Envisaged minimum number: 3
             
      Objective criteria for choosing the limited number of cadidates: Not provided
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       
   


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:          
      Not Provided       
      III.1.2) Economic and financial standing       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. 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
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.4) Objective rules and criteria for participation
            Not Provided      
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      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.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions       
      Bidders must comply with modern slavery act and operate an ethical supply chain.          
      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: No
   
Section IV: Procedure
   IV.1) Description NEGOTIATED_WITH_COMPETITION
      IV.1.1) Type of procedure: Competitive procedure with negotiation   
   
   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 a single operator       
         Envisaged maximum number of participants to the framework agreement:
Not Provided                     
         In the case of framework agreements justification for any duration exceeding 8 years: Not Provided    
   IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue: No.
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   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.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 01/07/2021
      IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: Not Provided       
      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: Not Provided      
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted Yes       
   Electronic payment will be used Yes       
   VI.3) Additional Information: 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:-Geotechnical-engineering-services./249CK986GY

To respond to this opportunity, please click here:
https://scottishwater.delta-esourcing.com/respond/249CK986GY
   VI.4) Procedures for review
   VI.4.1) Review body:
             Glasgow Sheriff Court
       1 Carlton Pl, Glasgow, G5 9TW, United Kingdom
       Tel. +44 7388386407
   VI.4.2) Body responsible for mediation procedures:
             Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 7768545959, Email: andrew.mulvay@scottishwater.co.uk
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 01/06/2021

Annex A


View any Notice Addenda

UK-Glasgow: Geotechnical engineering services.

Section I: Contracting Entity

   I.1) Name, Addresses and Contact Point(s):
             Scottish Water
             6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
             Tel. +44 7768545959, Email: andrew.mulvay@scottishwater.co.uk
             Main Address: https://www.scottishwater.co.uk/, Address of the buyer profile: https://www.scottishwater.co.uk/
             NUTS Code: UKM

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.6) Main activity:
      Water



Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: Road Coring Services            
      Reference number: SW19/CI/1271

      II.1.2) Main CPV code:
         71332000 - Geotechnical engineering services.
      

      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: This framework will cover the provision of road coring services on a pan-Scotland basis including laboratory testing of the core samples extracted on behalf of Scottish Water or its delivery partners. Both the on-site road coring services and the laboratory testing services are required to be undertaken by the same company. Service provision will apply to both a programme of work and on an ad hoc basis as required and with a 1-week turnaround time where requested.

      II.1.6) Information about lots
         This contract is divided into lots: No

   
   II.2) Description

      II.2.1) Title: Not Provided       
      Lot No: Not Provided

      II.2.2) Additional CPV code(s):
            71332000 - Geotechnical engineering services.
            71900000 - Laboratory services.


      II.2.3) Place of performance
      Nuts code:
      UKM - SCOTLAND
   
      Main site or place of performance:
      SCOTLAND
             

      II.2.4) Description of the procurement: PROCEDURE CANCELLED - Procurement will be imminently re-advertised under new advert.


      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
         

      II.2.14) Additional information: PROCEDURE CANCELLED - Procurement will be imminently re-advertised under new advert.




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: No       

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   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.2.1) Previous publication concerning this procedure
      Notice number in the OJ S: Not Provided       

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No




Section V: Award of contract

Award Of Contract (No.1)
   
   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
       No tenders or requests to participate were received or all were rejected       



Section VI: Complementary information

   VI.3) Additional information: PROCEDURE CANCELLED - Procurement will be imminently re-advertised under new advert.
To view this notice, please click here:
https://scottishwater.delta-esourcing.com/delta/viewNotice.html?noticeId=598937710

   VI.4) Procedures for review

      VI.4.1) Review body
          Glasgow Sheriff Court
          1 Carlton Pl, Glasgow, G5 9TW, United Kingdom
          Tel. +44 7388386407

      VI.4.2) Body responsible for mediation procedures
          Scottish Water
          6 Buchanan Gate, Glasgow, G33 6FB, United Kingdom
          Tel. +44 7768545959, Email: andrew.mulvay@scottishwater.co.uk

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 01/06/2021







View Award Notice