Notice Information
Notice Title
Ground Investigation Framework Agreement
Notice Description
The framework agreement will cover ground investigation works which may be preliminary, main or supplementary and may relate to a wide range of Main Works. The works carried out will require to be in accordance with the S.I.S.G. Specification for ground Investigation, 2012 edition which is the subsequent amendment to the S.I.S.G published by Thomas Telford Services Ltd in 1993. Sites may be located anywhere within the boundaries of the council and may have a wide range of current or former land uses. The purpose of the ground investigations will vary but generally the investigations will be required to obtain a representative picture of ground conditions at various sites within the boundaries of the council
Lot Information
Lot 1
The framework agreement will cover ground investigation works which may be preliminary, main or supplementary and may relate to a wide range of Main Works. The works carried out will require to be in accordance with the S.I.S.G. Specification for ground Investigation, 2012 edition which is the subsequent amendment to the S.I.S.G published by Thomas Telford Services Ltd in 1993. Sites may be located anywhere within the boundaries of the council and may have a wide range of current or former land uses. The purpose of the ground investigations will vary but generally the investigations will be required to obtain a representative picture of ground conditions at various sites within the boundaries of the council. It could be necessary to obtain any or all of the following information The general distribution and stratigraphy of the drift deposits; The nature and characteristics of the rockhead; The extent and condition of old mine workings; The geological and soil mechanics classification of all strata encountered; The presence of ground water and the level of the water table; The presence of any materials or chemicals within the sub-strata which would be liable to cause hazards to human health, harm to living resources and ecological systems or have any deleterious effect of buried steel or concrete; The California Bearing Ratio of the soils to be encountered at formation level; The safe bearing capacity and settlement characteristics of the sub-strata; The arrangement of existing buried foundations; The location of old abandoned pit shafts;
Renewal: Extension of framework will be reviewed in 2024. The new framework will be renewed in 2025 and its likely this will be advertised in the market in 2024.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000676051
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC436047
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Framework
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45111250 - Ground investigation work
Notice Value(s)
- Tender Value
- £28,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 17 Dec 20214 years ago
- Submission Deadline
- 31 Jan 2022Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Renewal of framework agreement expected to be advertised in the market in March 2024
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Julie Coleman
- Contact Email
- julie.coleman@glasgow.gov.uk
- Contact Phone
- +44 1412879079
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- 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
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC436047
Ground Investigation Framework Agreement - The framework agreement will cover ground investigation works which may be preliminary, main or supplementary and may relate to a wide range of Main Works. The works carried out will require to be in accordance with the S.I.S.G. Specification for ground Investigation, 2012 edition which is the subsequent amendment to the S.I.S.G published by Thomas Telford Services Ltd in 1993. Sites may be located anywhere within the boundaries of the council and may have a wide range of current or former land uses. The purpose of the ground investigations will vary but generally the investigations will be required to obtain a representative picture of ground conditions at various sites within the boundaries of the council
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-r6ebe6-0000676051-2021-12-17T00:00:00Z",
"date": "2021-12-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000676051",
"initiationType": "tender",
"parties": [
{
"id": "org-55",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU"
},
"contactPoint": {
"name": "Julie Coleman",
"email": "julie.coleman@glasgow.gov.uk",
"telephone": "+44 1412879079",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.glasgow.gov.uk"
}
},
{
"id": "org-24",
"name": "Glasgow Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Glasgow City Council",
"id": "org-55"
},
"tender": {
"id": "GCC005128CPU",
"title": "Ground Investigation Framework Agreement",
"description": "The framework agreement will cover ground investigation works which may be preliminary, main or supplementary and may relate to a wide range of Main Works. The works carried out will require to be in accordance with the S.I.S.G. Specification for ground Investigation, 2012 edition which is the subsequent amendment to the S.I.S.G published by Thomas Telford Services Ltd in 1993. Sites may be located anywhere within the boundaries of the council and may have a wide range of current or former land uses. The purpose of the ground investigations will vary but generally the investigations will be required to obtain a representative picture of ground conditions at various sites within the boundaries of the council",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45111250",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Glasgow"
},
"deliveryAddresses": [
{
"region": "UKM82"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 28000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-01-31T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-01-31T12:00:00Z"
},
"documents": [
{
"id": "DEC436047",
"documentType": "contractNotice",
"title": "Ground Investigation Framework Agreement",
"description": "The framework agreement will cover ground investigation works which may be preliminary, main or supplementary and may relate to a wide range of Main Works. The works carried out will require to be in accordance with the S.I.S.G. Specification for ground Investigation, 2012 edition which is the subsequent amendment to the S.I.S.G published by Thomas Telford Services Ltd in 1993. Sites may be located anywhere within the boundaries of the council and may have a wide range of current or former land uses. The purpose of the ground investigations will vary but generally the investigations will be required to obtain a representative picture of ground conditions at various sites within the boundaries of the council",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC436047",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The framework agreement will cover ground investigation works which may be preliminary, main or supplementary and may relate to a wide range of Main Works. The works carried out will require to be in accordance with the S.I.S.G. Specification for ground Investigation, 2012 edition which is the subsequent amendment to the S.I.S.G published by Thomas Telford Services Ltd in 1993. Sites may be located anywhere within the boundaries of the council and may have a wide range of current or former land uses. The purpose of the ground investigations will vary but generally the investigations will be required to obtain a representative picture of ground conditions at various sites within the boundaries of the council. It could be necessary to obtain any or all of the following information The general distribution and stratigraphy of the drift deposits; The nature and characteristics of the rockhead; The extent and condition of old mine workings; The geological and soil mechanics classification of all strata encountered; The presence of ground water and the level of the water table; The presence of any materials or chemicals within the sub-strata which would be liable to cause hazards to human health, harm to living resources and ecological systems or have any deleterious effect of buried steel or concrete; The California Bearing Ratio of the soils to be encountered at formation level; The safe bearing capacity and settlement characteristics of the sub-strata; The arrangement of existing buried foundations; The location of old abandoned pit shafts;",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Extension of framework will be reviewed in 2024. The new framework will be renewed in 2025 and its likely this will be advertised in the market in 2024."
}
}
],
"bidOpening": {
"date": "2022-01-31T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "KPI's as per invitation to tender document"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A"
},
{
"type": "economic",
"description": "In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted Bidders must comply with the undernoted financial requirements in order to participate in the tendering process There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on pre tax profits over a 3 year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ratio Pre-Tax Profit/Turnover Balance Sheet strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ratio Total Assets/Total Liabilities Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder may provide a Letter of Comfort from its own bank to satisfy the above financial requirement. Glasgow City Council would also be prepared to consider other documentation that provided evidence that the bidder has adequate financial resources to undertake the contract. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing. Applicants who are subsequently appointed to the Framework shall, during the lifetime of the Framework Agreement, inform the Council immediately of any material changes to the information provided in their submission in relation to economic and financial standing. The Council notes Regulation 60(9) and 60(11) of the Public Contracts (Scotland) Regulations 2015 and reserves the right to refuse to award a contract following a mini-competition should the Applicant no longer meet the requirements set out in this SPD. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
"minimum": "Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10000000GBP) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability Insurance to the value of at least TEN MILLION POUNDS STERLING (10000000GBP) in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. Professional Indemnity The organisation/consultant shall take out Professional Indemnity Cover/indemnity to the value of at least FIVE MILLION (5000000GBP) POUNDS STERLING in respect of any one claim and in the aggregate and which includes cover for pollution and contamination and for death and or bodily injury if these arise from negligence in the provision of the organisation/consultant's professional services. The cover to be provided from the Contract Date until a minimum of 12 years after Completion or a termination certificate has been issued. Contractor's Pollution Liability is not mandatory however it may be required for more intrusive and complex ground investigations. It would be reviewed on a project by project basis. The wording will be as follows - Contractors Pollution Liability insurance to the value of a minimum FIVE MILLION (5000000GBP) POUNDS STERLING in respect of any one claim and in the aggregate. Such insurance should be maintained for 6 years thereafter."
},
{
"type": "technical",
"description": "SPD Question Please provide 2 examples of previous projects where investigations were conducted in areas of underground mineworking's and/or contaminated soils. Example 1 must include rotary drilling in mine workings, including brief descriptions of safety precautions taken. Example 2 must include exploratory investigation in contaminated soils, including brief descriptions of safety precautions undertaken. (Examples from both public and/or private sector customers and clients may be provided) Example 1 - 50% Example 2 - 50% A minimum pass mark of 60% out of 100% is required in total for this section. Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 5
}
},
"classification": {
"id": "45111250",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Renewal of framework agreement expected to be advertised in the market in March 2024"
}
},
"language": "EN",
"description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the Single Procurement Document and contracting authority specific requirements can all be found in Document Eleven , which is available within the attachment area of Public Contracts Scotland. For ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards . If bidders do not hold the relevant certificates, they will be required to respond to supporting questions as detailed in Document Eleven. Bidders must complete Document Six - Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. Freedom of Information Act Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Non Collusion Bidders will be required to complete the Non Collusion certificate. Insurance Mandate All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS Tender portal authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the attachments area within the PCS Tender portal and are reference Document Two Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One and SPD Document Eleven situated within the attachments area of PCS-T. Bidders must ensure they read all the attachments available in the suppliers attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20312. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: The council is seeking Mandatory un-scored and Voluntary Community Benefits. Please refer to the Invitation to Tender - contained within the Buyers Attachment area of PCS-T for further information and the number of points the Bidder must provide Community Benefits for. (SC Ref:676051)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000676051"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}