Notice Information
Notice Title
Multi-supplier Framework Agreement for Ground Investigation Works
Notice Description
The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts.
Lot Information
Multi-supplier Framework Agreement for Ground Investigation Works Lot 1 less than GBP 500,000
The Scottish Ministers acting through Transport Scotland have identified a continuing need for ground investigation works to support the development and delivery of trunk road and other transport infrastructure schemes throughout Scotland. The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors who have demonstrated their suitability, economic and financial standing and technical and professional ability to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts. The framework shall be administered by Transport Scotland and shall be open to all its directorates, but it is anticipated that the majority of call-offs will relate to trunk road schemes managed by Major Projects and Roads directorates and their technical and professional advisors including Trunk Road Operating Companies. Ground investigation works required by individual call-off contracts may include but shall not be limited to any or all of the following. A. Works may require the supply and provision of: -suitably qualified and experienced professional and technical personnel -facilities (including for the Engineer/employer's representative) -equipment -plant -materials -ancillaries -traffic management B. Works may comprise a range of investigatory methods and associated activities including: -mobilising to site -accessing exploratory locations -breaking out -boring -drilling (including open-hole, cored and sonic) -pitting and trenching -probing and penetration testing -geotechnical sampling (including core samples) -geoenvironmental sampling (including water and gas) -logging -in-situ testing -geophysical testing -geophysical profiling and mapping -installing monitoring equipment -monitoring/sampling of installations during and after sitework -backfilling -site record keeping -geotechnical laboratory testing -geoenvironmental laboratory testing -photography -surveying hole locations -factual reporting -providing digital data C. Works may be required in a range of locations including: -sites throughout mainland Scotland (and Skye) -sites subject to adverse weather conditions (cold/wet/windy) -forested/wooded/overgrown sites -agricultural sites, including those subject to biosecurity measures -environmentally-sensitive sites -urban sites -on and adjacent to trunk and local roads with live traffic -on and adjacent to railways, utility cables and pipelines -sites remote from the road network -steeply sloping ground -over water -ground affected by contamination -ground affected by underground voids D. Works may encounter a range of ground conditions including: -Peat -Unconsolidated granular and cohesive soils -Overconsolidated glacial till ("boulder clay") -Coarse granular ("cobble") deposits -Made ground and fill -Contamination -Hard (igneous and metamorphic) rocks -Broken rock -Underground voids -Artesian groundwater. E. Works shall be required to comply with specific requirements including: -UK/Scottish legislation as appropriate including that relating to health and safety and environmental protection (including undertaking the role of Principal Contractor in accordance with the Construction (Design and Management) Regulations) -Eurocode 7 and other relevant CEN and BSI standards -The employer's requirements (including the DMRB and MCHW) -The requirements of roads authorities -Special requirements of UK/Scottish public and statutory bodies including utility undertakers -Particular requirements of key stakeholders including landowners/occupiers. General exclusion grounds are set out in the ESPD Part III Exclusion Grounds. The Scottish Ministers additionally require bidders to respond on specific discretionary exclusion grounds related to health and safety. The requirement is set out in full in the ESPD, section 4C Technical and Professional Ability, criterion [4C1.1/4C1.2] Relevant Examples, Part F.
Multi-supplier Framework Agreement for Ground Investigation Works Lot 2 greater than GBP 500,000The Scottish Ministers acting through Transport Scotland have identified a continuing need for ground investigation works to support the development and delivery of trunk road and other transport infrastructure schemes throughout Scotland. The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors who have demonstrated their suitability, economic and financial standing and technical and professional ability to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts. The framework shall be administered by Transport Scotland and shall be open to all its directorates, but it is anticipated that the majority of call-offs will relate to trunk road schemes managed by Major Projects and Roads directorates and their technical and professional advisors including Trunk Road Operating Companies. Ground investigation works required by individual call-off contracts may include but shall not be limited to any or all of the following. A. Works may require the supply and provision of: -suitably qualified and experienced professional and technical personnel -facilities (including for the Engineer/employer's representative) -equipment -plant -materials -ancillaries -traffic management B. Works may comprise a range of investigatory methods and associated activities including: -mobilising to site -accessing exploratory locations -breaking out -boring -drilling (including open-hole, cored and sonic) -pitting and trenching -probing and penetration testing -geotechnical sampling (including core samples) -geoenvironmental sampling (including water and gas) -logging -in-situ testing -geophysical testing -geophysical profiling and mapping -installing monitoring equipment -monitoring/sampling of installations during and after sitework -backfilling -site record keeping -geotechnical laboratory testing -geoenvironmental laboratory testing -photography -surveying hole locations -factual reporting -providing digital data C. Works may be required in a range of locations including: -sites throughout mainland Scotland (and Skye) -sites subject to adverse weather conditions (cold/wet/windy) -forested/wooded/overgrown sites -agricultural sites, including those subject to biosecurity measures -environmentally-sensitive sites -urban sites -on and adjacent to trunk and local roads with live traffic -on and adjacent to railways, utility cables and pipelines -sites remote from the road network -steeply sloping ground -over water -ground affected by contamination -ground affected by underground voids D. Works may encounter a range of ground conditions including: -Peat -Unconsolidated granular and cohesive soils -Overconsolidated glacial till ("boulder clay") -Coarse granular ("cobble") deposits -Made ground and fill -Contamination -Hard (igneous and metamorphic) rocks -Broken rock -Underground voids -Artesian groundwater. E. Works shall be required to comply with specific requirements including: -UK/Scottish legislation as appropriate including that relating to health and safety and environmental protection (including undertaking the role of Principal Contractor in accordance with the Construction (Design and Management) Regulations) -Eurocode 7 and other relevant CEN and BSI standards -The employer's requirements (including the DMRB and MCHW) -The requirements of roads authorities -Special requirements of UK/Scottish public and statutory bodies including utility undertakers -Particular requirements of key stakeholders including landowners/occupiers. General exclusion grounds are set out in the ESPD Part III Exclusion Grounds. The Scottish Ministers additionally require bidders to respond on specific discretionary exclusion grounds related to health and safety. The requirement is set out in full in the ESPD, section 4C Technical and Professional Ability, criterion [4C1.1/4C1.2] Relevant Examples, Part F.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000584347
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400543
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Selective
- Procurement Method Details
- Restricted procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
45111250 - Ground investigation work
45120000 - Test drilling and boring work
45121000 - Test drilling work
45122000 - Test boring work
71351500 - Ground investigation services
Notice Value(s)
- Tender Value
- £50,000,000 £10M-£100M
- Lots Value
- £50,000,000 £10M-£100M
- Awards Value
- Not specified
- Contracts Value
- £10,000,000 £10M-£100M
Notice Dates
- Publication Date
- 24 Nov 20205 years ago
- Submission Deadline
- 12 Jul 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Nov 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- TRANSPORT SCOTLAND
- Contact Name
- Pat Brassil
- Contact Email
- patrick.brassil@transport.gov.scot, ts_tender_mailbox@gov.scot
- Contact Phone
- +44 1412727100
Buyer Location
- Locality
- GLASGOW
- Postcode
- G4 0HF
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM Scotland
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN356864&idx=3
4th July 2019 - Tender Bulletin 1 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN356864&idx=1
12th June 2019 - Economic and Financial Standing Evaluation Criteria Ratios and Scoring -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN356864&idx=2
12th June 2019 - Full ESPD questionnaire formatted text (pdf) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356864
Multi-supplier Framework Agreement for Ground Investigation Works - The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP395306
Multi-supplier Framework Agreement for Ground Investigation Works - The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400543
Multi-supplier Framework Agreement for Ground Investigation Works - The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts.
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-r6ebe6-0000584347-2020-11-24T00:00:00Z",
"date": "2020-11-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000584347",
"initiationType": "tender",
"parties": [
{
"id": "org-58",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"name": "Pat Brassil",
"email": "Patrick.Brassil@transport.gov.scot",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-16",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"email": "TS_Tender_mailbox@gov.scot",
"telephone": "+44 1412727100",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-92",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"email": "TS_Tender_mailbox@gov.scot",
"telephone": "+44 1412727100",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
},
{
"id": "transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-93",
"name": "Raeburn Drilling & Geotechnical Ltd",
"identifier": {
"legalName": "Raeburn Drilling & Geotechnical Ltd"
},
"address": {
"streetAddress": "Whistleberry Road, Hamilton",
"locality": "Hamilton",
"region": "UKM",
"postalCode": "ML3 0HP"
},
"contactPoint": {
"telephone": "+44 1698711177"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-94",
"name": "Causeway Geotech Ltd",
"identifier": {
"legalName": "Causeway Geotech Ltd"
},
"address": {
"streetAddress": "8 Drumahiskey Road",
"locality": "Ballymoney",
"region": "UKN0",
"postalCode": "BT537QL"
},
"contactPoint": {
"telephone": "+44 2827666640"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-95",
"name": "Structural Soils Ltd",
"identifier": {
"legalName": "Structural Soils Ltd"
},
"address": {
"streetAddress": "65 Sussex Street",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G41 1DX"
},
"contactPoint": {
"telephone": "+44 1414180471"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-96",
"name": "Ian Farmer Associates (1998) Ltd",
"identifier": {
"legalName": "Ian Farmer Associates (1998) Ltd"
},
"address": {
"streetAddress": "6 Lambhill Quadrant, Kinning Park",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G41 1SB"
},
"contactPoint": {
"telephone": "+44 1698230231"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-97",
"name": "Soil Engineering Geoservices Limited",
"identifier": {
"legalName": "Soil Engineering Geoservices Limited"
},
"address": {
"streetAddress": "Parkside Lane, Dewsbury Road, Leeds",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS11 5SX"
},
"contactPoint": {
"telephone": "+44 1133859100"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-79",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"streetAddress": "PO Box 23, I Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-105",
"name": "Transport Scotland",
"identifier": {
"legalName": "Transport Scotland"
},
"address": {
"streetAddress": "Buchanan House, 58 Port Dundas Road",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G4 0HF"
},
"contactPoint": {
"email": "TS_Tender_mailbox@gov.scot",
"telephone": "+44 1412727100",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "National or federal agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "Transport",
"scheme": "COFOG"
}
],
"url": "http://www.transport.gov.scot"
}
},
{
"id": "org-106",
"name": "Fugro GeoServices Limited",
"identifier": {
"legalName": "Fugro GeoServices Limited"
},
"address": {
"streetAddress": "Hithercroft Road",
"locality": "Wallingford",
"region": "UKJ1",
"postalCode": "OX10 9RB"
},
"contactPoint": {
"telephone": "+44 1491820423"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-107",
"name": "Ian Farmer Associates (1998) Ltd",
"identifier": {
"legalName": "Ian Farmer Associates (1998) Ltd"
},
"address": {
"streetAddress": "6 Lambhill Quadrant, Kinning Park",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G41 1SB"
},
"contactPoint": {
"telephone": "+44 1698230231"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-108",
"name": "Raeburn Drilling & Geotechnical Ltd",
"identifier": {
"legalName": "Raeburn Drilling & Geotechnical Ltd"
},
"address": {
"streetAddress": "Whistleberry Road, Hamilton",
"locality": "Hamilton",
"region": "UKM",
"postalCode": "ML3 0HP"
},
"contactPoint": {
"telephone": "+44 1698711177"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-109",
"name": "Soil Engineering Geoservices Limited",
"identifier": {
"legalName": "Soil Engineering Geoservices Limited"
},
"address": {
"streetAddress": "Parkside Lane, Dewsbury Road, Leeds",
"locality": "Leeds",
"region": "UK",
"postalCode": "LS11 5SX"
},
"contactPoint": {
"telephone": "+44 1133859100"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-110",
"name": "WYG Group",
"identifier": {
"legalName": "WYG Group"
},
"address": {
"streetAddress": "The Cube, 45 Leith Street",
"locality": "Edinburgh",
"region": "UKM",
"postalCode": "EH1 3AT"
},
"contactPoint": {
"telephone": "+44 1312475767"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-111",
"name": "Glasgow Sheriff Court",
"identifier": {
"legalName": "Glasgow Sheriff Court"
},
"address": {
"locality": "Glasgow"
},
"contactPoint": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Transport Scotland",
"id": "org-105"
},
"tender": {
"id": "TS/MP/WKS/2019/01",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works",
"description": "The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45111250",
"scheme": "CPV"
},
{
"id": "45120000",
"scheme": "CPV"
},
{
"id": "45121000",
"scheme": "CPV"
},
{
"id": "45122000",
"scheme": "CPV"
},
{
"id": "71351500",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Sites across Scotland, predominantly in connection with the trunk road network."
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "45111250",
"scheme": "CPV"
},
{
"id": "45120000",
"scheme": "CPV"
},
{
"id": "45121000",
"scheme": "CPV"
},
{
"id": "45122000",
"scheme": "CPV"
},
{
"id": "71351500",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Sites across Scotland, predominantly in connection with the trunk road network"
},
"deliveryAddresses": [
{
"region": "UKM"
},
{
"region": "UKM"
}
],
"relatedLot": "2"
}
],
"value": {
"amount": 50000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-07-12T12:00:00Z"
},
"documents": [
{
"id": "JUN356864",
"documentType": "contractNotice",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works",
"description": "The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN356864",
"format": "text/html"
},
{
"id": "JUN356864-1",
"title": "Economic and Financial Standing Evaluation Criteria Ratios and Scoring",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN356864&idx=1",
"datePublished": "2019-06-12T09:03:06Z",
"dateModified": "2019-06-12T09:03:06Z",
"format": "application/pdf"
},
{
"id": "JUN356864-2",
"title": "Full ESPD questionnaire formatted text (pdf)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN356864&idx=2",
"datePublished": "2019-06-12T09:03:06Z",
"dateModified": "2019-06-12T09:03:06Z",
"format": "application/pdf"
},
{
"id": "JUN356864-3",
"title": "Tender Bulletin 1",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN356864&idx=3",
"datePublished": "2019-07-04T10:23:46Z",
"dateModified": "2019-07-04T10:23:46Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "SEP395306",
"documentType": "awardNotice",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works",
"description": "The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP395306",
"format": "text/html"
},
{
"id": "NOV400543",
"documentType": "awardNotice",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works",
"description": "The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400543",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works Lot 1 less than GBP 500,000",
"description": "The Scottish Ministers acting through Transport Scotland have identified a continuing need for ground investigation works to support the development and delivery of trunk road and other transport infrastructure schemes throughout Scotland. The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors who have demonstrated their suitability, economic and financial standing and technical and professional ability to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts. The framework shall be administered by Transport Scotland and shall be open to all its directorates, but it is anticipated that the majority of call-offs will relate to trunk road schemes managed by Major Projects and Roads directorates and their technical and professional advisors including Trunk Road Operating Companies. Ground investigation works required by individual call-off contracts may include but shall not be limited to any or all of the following. A. Works may require the supply and provision of: -suitably qualified and experienced professional and technical personnel -facilities (including for the Engineer/employer's representative) -equipment -plant -materials -ancillaries -traffic management B. Works may comprise a range of investigatory methods and associated activities including: -mobilising to site -accessing exploratory locations -breaking out -boring -drilling (including open-hole, cored and sonic) -pitting and trenching -probing and penetration testing -geotechnical sampling (including core samples) -geoenvironmental sampling (including water and gas) -logging -in-situ testing -geophysical testing -geophysical profiling and mapping -installing monitoring equipment -monitoring/sampling of installations during and after sitework -backfilling -site record keeping -geotechnical laboratory testing -geoenvironmental laboratory testing -photography -surveying hole locations -factual reporting -providing digital data C. Works may be required in a range of locations including: -sites throughout mainland Scotland (and Skye) -sites subject to adverse weather conditions (cold/wet/windy) -forested/wooded/overgrown sites -agricultural sites, including those subject to biosecurity measures -environmentally-sensitive sites -urban sites -on and adjacent to trunk and local roads with live traffic -on and adjacent to railways, utility cables and pipelines -sites remote from the road network -steeply sloping ground -over water -ground affected by contamination -ground affected by underground voids D. Works may encounter a range of ground conditions including: -Peat -Unconsolidated granular and cohesive soils -Overconsolidated glacial till (\"boulder clay\") -Coarse granular (\"cobble\") deposits -Made ground and fill -Contamination -Hard (igneous and metamorphic) rocks -Broken rock -Underground voids -Artesian groundwater. E. Works shall be required to comply with specific requirements including: -UK/Scottish legislation as appropriate including that relating to health and safety and environmental protection (including undertaking the role of Principal Contractor in accordance with the Construction (Design and Management) Regulations) -Eurocode 7 and other relevant CEN and BSI standards -The employer's requirements (including the DMRB and MCHW) -The requirements of roads authorities -Special requirements of UK/Scottish public and statutory bodies including utility undertakers -Particular requirements of key stakeholders including landowners/occupiers. General exclusion grounds are set out in the ESPD Part III Exclusion Grounds. The Scottish Ministers additionally require bidders to respond on specific discretionary exclusion grounds related to health and safety. The requirement is set out in full in the ESPD, section 4C Technical and Professional Ability, criterion [4C1.1/4C1.2] Relevant Examples, Part F.",
"status": "complete",
"value": {
"amount": 5000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Proposed approach to undertaking ground investigation works contracts, to be detailed at Tender stage",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
},
{
"id": "2",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works Lot 2 greater than GBP 500,000",
"description": "The Scottish Ministers acting through Transport Scotland have identified a continuing need for ground investigation works to support the development and delivery of trunk road and other transport infrastructure schemes throughout Scotland. The procurement comprises the establishment of a Multi-supplier Framework Agreement (MFA) with a number of ground investigation contractors who have demonstrated their suitability, economic and financial standing and technical and professional ability to carry out and report on ground investigation works of varying scope, complexity and value in connection with trunk road and other transport infrastructure schemes promoted by the Scottish Ministers through Transport Scotland. Once the MFA is concluded, individual ground investigation contracts can be called off by mini-competition or other procedures in accordance with the agreement. The MFA is divided into 2 Lots by estimated value of the individual ground investigation call-off contracts. The framework shall be administered by Transport Scotland and shall be open to all its directorates, but it is anticipated that the majority of call-offs will relate to trunk road schemes managed by Major Projects and Roads directorates and their technical and professional advisors including Trunk Road Operating Companies. Ground investigation works required by individual call-off contracts may include but shall not be limited to any or all of the following. A. Works may require the supply and provision of: -suitably qualified and experienced professional and technical personnel -facilities (including for the Engineer/employer's representative) -equipment -plant -materials -ancillaries -traffic management B. Works may comprise a range of investigatory methods and associated activities including: -mobilising to site -accessing exploratory locations -breaking out -boring -drilling (including open-hole, cored and sonic) -pitting and trenching -probing and penetration testing -geotechnical sampling (including core samples) -geoenvironmental sampling (including water and gas) -logging -in-situ testing -geophysical testing -geophysical profiling and mapping -installing monitoring equipment -monitoring/sampling of installations during and after sitework -backfilling -site record keeping -geotechnical laboratory testing -geoenvironmental laboratory testing -photography -surveying hole locations -factual reporting -providing digital data C. Works may be required in a range of locations including: -sites throughout mainland Scotland (and Skye) -sites subject to adverse weather conditions (cold/wet/windy) -forested/wooded/overgrown sites -agricultural sites, including those subject to biosecurity measures -environmentally-sensitive sites -urban sites -on and adjacent to trunk and local roads with live traffic -on and adjacent to railways, utility cables and pipelines -sites remote from the road network -steeply sloping ground -over water -ground affected by contamination -ground affected by underground voids D. Works may encounter a range of ground conditions including: -Peat -Unconsolidated granular and cohesive soils -Overconsolidated glacial till (\"boulder clay\") -Coarse granular (\"cobble\") deposits -Made ground and fill -Contamination -Hard (igneous and metamorphic) rocks -Broken rock -Underground voids -Artesian groundwater. E. Works shall be required to comply with specific requirements including: -UK/Scottish legislation as appropriate including that relating to health and safety and environmental protection (including undertaking the role of Principal Contractor in accordance with the Construction (Design and Management) Regulations) -Eurocode 7 and other relevant CEN and BSI standards -The employer's requirements (including the DMRB and MCHW) -The requirements of roads authorities -Special requirements of UK/Scottish public and statutory bodies including utility undertakers -Particular requirements of key stakeholders including landowners/occupiers. General exclusion grounds are set out in the ESPD Part III Exclusion Grounds. The Scottish Ministers additionally require bidders to respond on specific discretionary exclusion grounds related to health and safety. The requirement is set out in full in the ESPD, section 4C Technical and Professional Ability, criterion [4C1.1/4C1.2] Relevant Examples, Part F.",
"status": "complete",
"value": {
"amount": 45000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Proposed approach to undertaking ground investigation works contracts, to be detailed at Tender stage",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 8,
"maximumCandidates": 8
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"contractTerms": {
"performanceTerms": "Project Bank Account It is the intention that for any Call-Off under Lot 2 of the Framework where the contract value is over 5 million GBP that a mandatory Project Bank Account (PBA) will be operated. This is a project specific account ring fenced with effective Trust status, for payment of the Contractor and its supply chain. The account shall be opened by the Scottish Ministers with The Royal Bank of Scotland under the Banking Services Framework defined at; http://www.gov.scot/Topics/Government/Procurement/directory/pscontractcentgovt/BankingServices and in addition it is intended that the PBA shall satisfy the minimum requirements for an effectively constituted Trust under Scots law. The use of a PBA by the Contractor shall be a contractual requirement. Any sub-contractors for which it is agreed shall not be paid through the PBA shall be entitled to payment according to the prompt payment provisions provided within the Contract."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"secondStage": {
"invitationDate": "2019-09-16T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "The relevant requirement is set out in the ESPD, Part IV Selection Criteria, criterion [4A1b] Enrolment in a trade register. The following statement clarifies the requirement: If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. The relevant trade register in the UK is the Companies House register https://www.gov.uk/government/organisations/companies-house or equivalent in other countries."
},
{
"type": "economic",
"description": "The relevant requirements are set out in the ESPD, Part IV Selection Criteria, section 4B Economic and Financial Standing. With reference to criterion [4B5] Insurance, the required levels of insurance are general minima; insurance requirements specific to each Task Order or Supplementary Task Order shall be stated in the Works Brief issued for each Mini-Competition. For individual call-off contracts, there may be additional levels of insurance, for example those imposed by third parties including Network Rail. Where, exceptionally, the Employer shall require professional indemnity insurance in relation any Task Order or Supplementary Task Order (for example, for the design of ancillary works, or for the provision of interpretation or advice), such insurance shall be arranged separately as agreed between the Parties. Additional information on insurances will be provided with the tender documents. Economic operators shall be required to satisfy minimum standards of economic and financial standing. To determine these standards, economic operators shall: a) in response to ESPD, Question Ref 4B1a provide the specified annual turnover for the last two years of trading, or for the period which is available if trading for less than two years; b) in response to ESPD Question Ref 4B6 provide the name, range and score of nine financial criteria for each year for the last two years of trading, or for the period which is available if trading for less than two years; and c) in response to ESPD Question Ref 4B5a, b and c confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance. In addition to the information requested under (a) to (c), economic operators must provide a link/ copies of the associated annual accounts as filed at Companies House (or equivalent if not a UK registered company). For the avoidance of doubt, if an economic operator fails to provide accounts relating to its last two full years of trading that are due to have been filed, that economic operator will be excluded. Where economic operators have not yet been trading for a full two year period, such that filed accounts are not yet due and available, and limited only to that circumstance, the required information to support (a) to (c) above may take the form of appropriate third party / statements setting out turnover, profit and loss, cashflow (current and forecast) and the economic operator's credit facility position. Note there will, however, be a negative scoring implication, as noted below and in the Additional Documents. This above information is requested to enable Transport Scotland to perform their own assessment and confirm the financial ratios submitted. Ultimately, ensuring the correct score is allocated, and to ensure no misinterpretation. Where there exist differences in ratios, between those provided and those calculated by Transport Scotland, clarification will be sought.",
"minimum": "Economic operators shall be required to satisfy minimum standards of economic and financial standing. These are described below: Evaluation Criteria Ratios (Question Ref. 4B6) The following nine evaluation criteria shall be scored, for each year for the last two years of trading, or for the period which is available if trading for less than two years: 1. Acid Test Ratio 2. Cash Interest Cover Ratio 3. Return on Capital Employed 4. Operating Profit Ratio 5. Net Worth 6. Gearing 7. Annual Contract Value to Turnover 8. Filed Accounts 9. Audit Report The scoring mechanism can be downloaded via the Additional Documents, located within the Additional Notice Options of the Public Contracts Scotland portal (www.publiccontractsscotland.gov.uk). For the purpose of calculating the Annual Contract Value to Turnover ratio the estimated value in II.2.6 of this Contract Notice shall be adopted. Similarly, the duration of the framework agreement shall be 4 years. The nine evaluation criteria will be individually scored and given a total aggregated score, out of a possible 50 marks, for each year of trading. Subsequently, each year's score will be weighted, with the most recent (\"Year 1\") weighted at 2/3rds and the previous (\"Year 2\") weighted at 1/3rd, and then aggregated to form an overall score for the two years out of 50 marks. If the economic operator is trading for less than 2 years, their financial ratios for the most recent full year of trading will be weighted at 2/3rds scored out of the total 50 marks. If the economic operator is trading for less than 1 year the information provided under III.1.2 b), will be prorated up to 1 year to calculate financial ratios for the a full year and this will be weighted at 2/3rds and scored out of the total 50 marks. A submission shall be marked as a FAIL and will not be considered further if the score achieved by an economic operator (either a single economic operator or a group of economic operators) is less than 25 marks, out of the potential total aggregated score of 50 marks. A submission shall be marked as a FAIL and will not be considered further if the economic operator is unable to provide appropriate information to enable the calculation of the financial ratios. Where the submission has been submitted by a group of economic operators, the information submitted by each group member will be evaluated in the proportion of the percentage shareholdings or percentage equity/interest of each group member and a score determined for such group of economic operators on that basis. A \"group of economic operators\" is defined as an unincorporated consortium or joint venture."
},
{
"type": "technical",
"description": "The selection criteria are set out in the ESPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Management Standards. The requirements relate to: -Relevant examples of work (including SCORED AND WEIGHTED statements of bidders' experience) [ESPD 4C1] -Technicians to carry out the work [ESPD 4C2] -Technical facilities [ESPD 4C3] -Educational and professional qualifications [ESPD 4C6] -Tools plant or technical equipment [ESPD 4C9] -Quality assurance [ESPD 4D1] -Environmental Management [ESPD 4D2] The Scottish Ministers additionally require bidders to respond on health and safety management standards. The Scottish Ministers require ground investigations to be carried out under a health and safety management system complying with BS OHSAS 18001 (or equivalent) or ISO 45001 (or equivalent).",
"minimum": "The minimum standards are set out in the ESPD, Part IV Selection Criteria, section 4C Technical and Professional Ability and section 4D Quality Assurance Schemes and Environmental Management Standards. Selection criteria are marked as PASS/FAIL, with the exception of the SCORED AND WEIGHTED statements of bidders' experience. Full details are given in the ESPD. With respect to health and safety management systems, bidders are required to state what evidence of compliance can be provided in ESPD [4C1] Part G."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 10,
"periodRationale": "n/a"
}
},
"classification": {
"id": "45111250",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-20",
"description": "Extension of return Time Limit by one week.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2019-07-12T12:00:00Z"
},
"newValue": {
"date": "2019-07-19T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
}
]
}
]
},
"language": "EN",
"description": "Transport Scotland will conduct the proposed procurement process for the Framework on behalf of the Scottish Ministers. In the event of the conclusion of the Framework, it is the intention that the Framework will be entered into between the Scottish Ministers and the 5 most economically advantageous tenderers for each Lot. Each selected economic operator shall be invited to submit a Tender on the same contract terms. The submission, comprising the completed ESPD, shall be submitted via the Public Contracts Scotland portal, by no later than 12:00hrs BST on Monday 8 July 2019. The Scottish Ministers shall not evaluate any submission received past the specified deadline. Any request by Economic Operators for clarification of any part of the documentation shall be made through the Public Contracts Scotland website. The deadline to submit questions relating to the submission via the Public Contracts Scotland portal is 12:00 hrs BST on Friday 21 June 2019. 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/ The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. (SC Ref:636527)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000584347"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000584347"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000584347"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000584347"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "TS/MP/WKS/2019/01-1",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works Lot 1 less than GBP 500,000",
"suppliers": [
{
"id": "org-93",
"name": "Raeburn Drilling & Geotechnical Ltd"
},
{
"id": "org-94",
"name": "Causeway Geotech Ltd"
},
{
"id": "org-95",
"name": "Structural Soils Ltd"
},
{
"id": "org-96",
"name": "Ian Farmer Associates (1998) Ltd"
},
{
"id": "org-97",
"name": "Soil Engineering Geoservices Limited"
},
{
"id": "org-106",
"name": "Fugro GeoServices Limited"
},
{
"id": "org-107",
"name": "Ian Farmer Associates (1998) Ltd"
},
{
"id": "org-108",
"name": "Raeburn Drilling & Geotechnical Ltd"
},
{
"id": "org-109",
"name": "Soil Engineering Geoservices Limited"
},
{
"id": "org-110",
"name": "WYG Group"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "TS/MP/WKS/2019/01-1",
"awardID": "TS/MP/WKS/2019/01-1",
"title": "Multi-supplier Framework Agreement for Ground Investigation Works Lot 1 less than GBP 500,000",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2020-11-11T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 111-270771"
}
],
"bids": {
"statistics": [
{
"id": "146",
"measure": "bids",
"value": 8,
"relatedLot": "2"
},
{
"id": "147",
"measure": "smeBids",
"value": 8,
"relatedLot": "2"
},
{
"id": "148",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "149",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "2"
},
{
"id": "150",
"measure": "electronicBids",
"value": 0,
"relatedLot": "2"
},
{
"id": "121",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "122",
"measure": "smeBids",
"value": 5,
"relatedLot": "1"
},
{
"id": "123",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "124",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "125",
"measure": "electronicBids",
"value": 0,
"relatedLot": "1"
}
]
}
}