Notice Information
Notice Title
Road Coring Services
Notice 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-weekturnaround time where requested.
Lot Information
Lot 1
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)
Renewal: Initial award of 4 years with the option of 4x1 year extension.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02b76e
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/012284-2021
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Framework
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Negotiated procedure with prior call for competition
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71332000 - Geotechnical engineering services
71900000 - Laboratory services
Notice Value(s)
- Tender Value
- £520,000 £500K-£1M
- Lots Value
- £520,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Jun 20214 years ago
- Submission Deadline
- 2 Jul 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SCOTTISH WATER
- Contact Name
- Monica Hannaway
- Contact Email
- monica.hannaway@scottishwater.co.uk
- Contact Phone
- +44 7388386407
Buyer Location
- Locality
- GLASGOW
- Postcode
- G33 6FB
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM Scotland
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Stepps, Chryston and Muirhead
- Westminster Constituency
- Cumbernauld and Kirkintilloch
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02b76e-2021-06-02T12:15:05+01:00",
"date": "2021-06-02T12:15:05+01:00",
"ocid": "ocds-h6vhtk-02b76e",
"description": "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./PCHFZ9GT57 To respond to this opportunity, please click here: https://scottishwater.delta-esourcing.com/respond/PCHFZ9GT57 GO Reference: GO-202162-PRO-18335847",
"initiationType": "tender",
"tender": {
"id": "SW19/CI/1271",
"legalBasis": {
"id": "32014L0025",
"scheme": "CELEX"
},
"title": "Road Coring Services",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "71332000",
"description": "Geotechnical engineering services"
},
"mainProcurementCategory": "services",
"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-weekturnaround time where requested.",
"value": {
"amount": 520000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"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. 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)",
"value": {
"amount": 520000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 2880
},
"hasRenewal": true,
"renewal": {
"description": "Initial award of 4 years with the option of 4x1 year extension."
},
"secondStage": {
"minimumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "active"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "71900000",
"description": "Laboratory services"
}
],
"deliveryAddresses": [
{
"region": "UKM"
}
],
"deliveryLocation": {
"description": "SCOTLAND"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission",
"written"
],
"submissionMethodDetails": "https://www.delta-esourcing.com/tenders/UK-title/PCHFZ9GT57",
"selectionCriteria": {
"criteria": [
{
"minimum": "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."
}
]
},
"documents": [
{
"id": "technical",
"documentType": "technicalSelectionCriteria"
}
],
"submissionTerms": {
"depositsGuarantees": "Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.",
"languages": [
"en"
]
},
"contractTerms": {
"financialTerms": "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.",
"tendererLegalForm": "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.",
"performanceTerms": "Bidders must comply with modern slavery act and operate an ethical supply chain.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "selective",
"procurementMethodDetails": "Negotiated procedure with prior call for competition",
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 1
}
},
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-07-02T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1173",
"name": "Scottish Water",
"identifier": {
"legalName": "Scottish Water"
},
"address": {
"streetAddress": "6 Buchanan Gate",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G33 6FB",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Monica Hannaway",
"telephone": "+44 7388386407",
"email": "Monica.Hannaway@scottishwater.co.uk",
"url": "https://www.delta-esourcing.com/tenders/UK-UK-Glasgow:-Geotechnical-engineering-services./PCHFZ9GT57"
},
"roles": [
"buyer",
"mediationBody"
],
"details": {
"url": "https://www.scottishwater.co.uk",
"buyerProfile": "https://www.scottishwater.co.uk",
"classifications": [
{
"scheme": "TED_CE_ACTIVITY",
"id": "WATER",
"description": "Water"
}
]
},
"additionalContactPoints": [
{
"telephone": "+44 7388386407",
"email": "Monica.Hannaway@scottishwater.co.uk"
}
]
},
{
"id": "GB-FTS-18213",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "1 Carlton Place, Glasgow",
"locality": "Glasgow",
"postalCode": "G5 9TW",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-1173",
"name": "Scottish Water"
},
"language": "en"
}