海角社区app

Construction Tenders

Mon September 16 2024

Related Information

Construction Contract Leads

No location provided

Category Works

Type

No. of Lots 6

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-035ede
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£180,000,000
« Previous Page

No location provided

Category Works

Type

No. of Lots 6

Status Active

Published 4th Sep 2024

Tender Details
Referenceocds-h6vhtk-035ede
Common Procurement VocabularyConstruction work
Procurement MethodRestricted procedure
Value£180,000,000

Section I: Contracting authority

I.1) Name and addresses

Scottish Government

3A South, Victoria Quay, Leith

Edinburgh

EH6 6QQ

Contact

Stefano Ferracuti

Email

CCT_SPPD [at] gov.scot

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

Buyer's address

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

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

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Civil Engineering Dynamic Purchasing System (DPS) Scotland - projects up to 5 million GBP

Reference number

SP-22-015

II.1.2) Main CPV code

  • 45000000 - Construction work

II.1.3) Type of contract

Works

II.1.4) Short description

The Scottish Ministers have been working with internal and external stakeholders on the development of a Scottish collaborative Dynamic Purchasing System (DPS) for Civil Engineering projects up to 5 million GBP for use across the Scottish public sector. To be considered, economic operators are required to complete the Single Procurement Document (SPD) including the Financial Standing Workbook, the Technical and Professional Ability Workbook (including Core Terms Acceptance and SOC Check) and the Environmental Management and Climate Change Plan Form in accordance with the Contract Notice and the accompanying Instructions document. Economic operators will be evaluated in accordance with the Public Contracts Regulations (Scotland) 2015, on the basis of the information provided within their application. A Price Quality Ratio (PQR) of 30% Price and 70% Quality (with a range of +/-20%) will be undertaken for all calls for competition under this DPS.

II.1.5) Estimated total value

Value excluding VAT: 拢180,000,000

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

General Civil Engineering Works

Lot No

1

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 71500000 - Construction-related services
  • 71300000 - Engineering services
  • 45000000 - Construction work
  • 45100000 - Site preparation work
  • 45300000 - Building installation work
  • 44100000 - Construction materials and associated items
  • 44300000 - Cable, wire and related products
  • 90700000 - Environmental services
  • 71420000 - Landscape architectural services
  • 45111000 - Demolition, site preparation and clearance work

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Works will be performed across Scotland including the Highlands and Islands.

II.2.4) Description of the procurement

In order to be admitted to the Civil Engineering Dynamic Purchasing System (DPS), suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice.

Lot 1 includes all general civil engineering works up to 5 million GBP. Projects may include, but are not limited to, earthworks, site clearance, tree felling, construction, repairs, maintenance, replacing and installations of landscaping, drainage and drainage systems, fencing, footpaths, cycleways, access tracks, paving, signage, railings and other civil engineering works activities.

Within each lot, suppliers must state the geographical areas they wish to service (maximum of 32) and the value bands they wish to operate in (maximum of 5).

Suppliers must provide at least one relevant example, from the last 5 years, stating the project value at the time of its completion. This can be from the public or private sector. The project value must, however, be within or above the highest value band they are applying for in each lot.

Suppliers can apply for any of the lots of works. Suppliers may be required to have design capability as the work packages may be on a design and build basis. (The Principal Designer Role may be sub-contracted with the Economic Operator retaining the Principal Designer designation) under the Construction (Design and Management) Regulations 2015 or European equivalent).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%-90%

Price - Weighting: 10%-50%

II.2.6) Estimated value

Value excluding VAT: 拢30,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The DPS will have a term of up to 72 months, the Scottish Government will have the options to either extend or reduce this term or end the DPS agreement at any time.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Roads

Lot No

2

II.2.2) Additional CPV code(s)

  • 45233000 - Construction, foundation and surface works for highways, roads
  • 44100000 - Construction materials and associated items
  • 45100000 - Site preparation work
  • 71322500 - Engineering-design services for traffic installations
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 45000000 - Construction work
  • 50000000 - Repair and maintenance services
  • 45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
  • 31000000 - Electrical machinery, apparatus, equipment and consumables; lighting
  • 44110000 - Construction materials
  • 44800000 - Paints, varnishes and mastics
  • 34990000 - Control, safety, signalling and light equipment
  • 71631000 - Technical inspection services
  • 45112000 - Excavating and earthmoving work
  • 90640000 - Gully cleaning and emptying services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 34900000 - Miscellaneous transport equipment and spare parts
  • 34920000 - Road equipment
  • 31500000 - Lighting equipment and electric lamps

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Works will be performed across Scotland including the Highlands and Islands

II.2.4) Description of the procurement

In order to be admitted to the Civil Engineering Dynamic Purchasing System (DPS), suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice.

Lot 2 includes road projects and related works up to 5 million GBP. Projects may include, but are not limited to, road construction, foundation and surfacing works, alterations, repairs and maintenance, and control, safety or signalling equipment.

Within each lot, suppliers must state the geographical areas they wish to service (maximum of 32) and the value bands they wish to operate in (maximum of 5).

Suppliers must provide at least one relevant example, from the last 5 years, stating the project value at the time of its completion. This can be from the public or private sector. The project value must, however, be within or above the highest value band they are applying for in each lot.

Suppliers can apply for any of the lots of works. Suppliers may be required to have design capability as the work packages may be on a design and build basis. (The Principal Designer Role may be sub-contracted with the Economic Operator retaining the Principal Designer designation) under the Construction (Design and Management) Regulations 2015 or European equivalent).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%-90%

Price - Weighting: 10%-50%

II.2.6) Estimated value

Value excluding VAT: 拢30,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The DPS will have a term of up to 72 months, the Scottish Government will have the options to either extend or reduce this term or end the DPS agreement at any time.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Structures

Lot No

3

II.2.2) Additional CPV code(s)

  • 45000000 - Construction work
  • 71300000 - Engineering services
  • 50000000 - Repair and maintenance services
  • 43325100 - Grounds-maintenance equipment
  • 45453000 - Overhaul and refurbishment work
  • 90640000 - Gully cleaning and emptying services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 44200000 - Structural products

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Works will be performed across Scotland including the Highlands and Islands

II.2.4) Description of the procurement

In order to be admitted to the Civil Engineering Dynamic Purchasing System (DPS), suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice.

Lot 3 includes structures and related works up to 5 million GBP. Projects may include, but are not limited to, bridge maintenance, strengthening, repairs, refurbishment and construction, parapets, retaining structures, culverts, temporary works, foundations, demolition/removal, painting protective coatings, blast cleaning, mechanical inspections services and miscellaneous structures.

Within each lot, suppliers must state the geographical areas they wish to service (maximum of 32) and the value bands they wish to operate in (maximum of 5).

Suppliers must provide at least one relevant example, from the last 5 years, stating the project value at the time of its completion. This can be from the public or private sector. The project value must, however, be within or above the highest value band they are applying for in each lot.

Suppliers can apply for any of the lots of works. Suppliers may be required to have design capability as the work packages may be on a design and build basis. (The Principal Designer Role may be sub-contracted with the Economic Operator retaining the Principal Designer designation) under the Construction (Design and Management) Regulations 2015 or European equivalent).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%-90%

Price - Weighting: 10%-50%

II.2.6) Estimated value

Value excluding VAT: 拢30,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The DPS will have a term of up to 72 months, the Scottish Government will have the options to either extend or reduce this term or end the DPS agreement at any time.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Geotechnical Services and related works

Lot No

4

II.2.2) Additional CPV code(s)

  • 71332000 - Geotechnical engineering services
  • 45111250 - Ground investigation work
  • 71351500 - Ground investigation services
  • 71600000 - Technical testing, analysis and consultancy services
  • 71331000 - Drilling-mud engineering services
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Works will be performed across Scotland including the Highlands and Islands.

II.2.4) Description of the procurement

In order to be admitted to the Civil Engineering Dynamic Purchasing System (DPS), suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice.

Lot 4 includes geotechnical services and related works up to 5 million GBP. Projects may include, but are not limited to, geotechnical engineering services, foundations, embankments, piling, groundworks, ground stabilization, investigations, monitoring and reporting.

Within each lot, suppliers must state the geographical areas they wish to service (maximum of 32) and the value bands they wish to operate in (maximum of 5).

Suppliers must provide at least one relevant example, from the last 5 years, stating the project value at the time of its completion. This can be from the public or private sector. The project value must, however, be within or above the highest value band they are applying for in each lot.

Suppliers can apply for any of the lots of works. Suppliers may be required to have design capability as the work packages may be on a design and build basis. (The Principal Designer Role may be sub-contracted with the Economic Operator retaining the Principal Designer designation) under the Construction (Design and Management) Regulations 2015 or European equivalent).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%-90%

Price - Weighting: 10%-50%

II.2.6) Estimated value

Value excluding VAT: 拢30,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The DPS will have a term of up to 72 months, the Scottish Government will have the options to either extend or reduce this term or end the DPS agreement at any time.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Utilities

Lot No

5

II.2.2) Additional CPV code(s)

  • 45200000 - Works for complete or part construction and civil engineering work
  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Works will be performed across Scotland including the Highlands and Islands.

II.2.4) Description of the procurement

In order to be admitted to the Civil Engineering Dynamic Purchasing System (DPS), suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice.

Lot 5 includes Civil Engineering Works incorporating utility works up to 5 million GBP. Projects may include, but are not limited to, public utilities, utility diversions, ducting, public lighting repairs, parts, installations, replacing, commissioning, equipment and maintenance, and traffic lights installations, repairs, replacing and maintenance.

Within each lot, suppliers must state the geographical areas they wish to service (maximum of 32) and the value bands they wish to operate in (maximum of 5).

Suppliers must provide at least one relevant example, from the last 5 years, stating the project value at the time of its completion. This can be from the public or private sector. The project value must, however, be within or above the highest value band they are applying for in each lot.

Suppliers can apply for any of the lots of works. Suppliers may be required to have design capability as the work packages may be on a design and build basis. (The Principal Designer Role may be sub-contracted with the Economic Operator retaining the Principal Designer designation) under the Construction (Design and Management) Regulations 2015 or European equivalent).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%-90%

Price - Weighting: 10%-50%

II.2.6) Estimated value

Value excluding VAT: 拢30,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The DPS will have a term of up to 72 months, the Scottish Government will have the options to either extend or reduce this term or end the DPS agreement at any time.

II.2.9) Information about the limits on the number of candidates to be invited

Maximum number: 999

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

II.2) Description

II.2.1) Title

Harbour, Coastal, Rivers, Flood and Marine

Lot No

6

II.2.2) Additional CPV code(s)

  • 43311000 - Pile drivers
  • 45100000 - Site preparation work
  • 50200000 - Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment
  • 34994000 - Lighting for ship guidance and illumination
  • 34994100 - Lighting for river guidance and illumination
  • 63720000 - Support services for water transport
  • 98360000 - Marine services
  • 34930000 - Marine equipment
  • 45200000 - Works for complete or part construction and civil engineering work
  • 45000000 - Construction work

II.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Works will be performed across Scotland including the Highlands and Islands.

II.2.4) Description of the procurement

In order to be admitted to the Civil Engineering Dynamic Purchasing System (DPS), suppliers must complete the Single Procurement Document (SPD) Scotland and meet the minimum entry criteria detailed within this Contract Notice.

Lot 6 includes harbour, coastal, rivers, flood and marine projects up to 5 million GBP. Projects may include, but are not limited to, construction works, maintenance, repairs and replacing for dams and similar fixed structures, lighting for ship & river guidance and illuminations, coastal defences, river regulation and flood control works, river wall construction and protection works, marine works, river works, coastal works, waterway diversions, canals, pontoons, jetties and piers.

Within each lot, suppliers must state the geographical areas they wish to service (maximum of 32) and the value bands they wish to operate in (maximum of 5).

Suppliers must provide at least one relevant example, from the last 5 years, stating the project value at the time of its completion. This can be from the public or private sector. The project value must, however, be within or above the highest value band they are applying for in each lot.

Suppliers can apply for any of the lots of works. Suppliers may be required to have design capability as the work packages may be on a design and build basis. (The Principal Designer Role may be sub-contracted with the Economic Operator retaining the Principal Designer designation) under the Construction (Design and Management) Regulations 2015 or European equivalent).

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 50%-90%

Price - Weighting: 10%-50%

II.2.6) Estimated value

Value excluding VAT: 拢30,000,000

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

Duration in months

72

This contract is subject to renewal

Yes

Description of renewals

The DPS will have a term of up to 72 months, the Scottish Government will have the options to either extend or reduce this term or end the DPS agreement at any time.

II.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 5

II.2.10) Information about variants

Variants will be accepted: No

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

Economic operators may be excluded from this DPS if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.


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

- SPD (SCOTLAND) 4A.1 - Economic operators must be enrolled in the relevant national professional or trade registers kept in the country of establishment (as described in Schedule 5 of the Public Regulations 2015) (i.e. registered under Companies House).

Subject to the other provisions of each Call-Off Contract under the DPS, the standards and specifications with which the successful tenderer shall comply may include:

- Construction staff must be accredited under the Construction Skills Construction Safety Scheme (CSCS).

- Department for Transport Standards for Highways, specifically: Design Manual for Roads and Bridges (DMRB), Manual of Contract Documents for Highway Transport Scotland Interim Amendments (TSIA)

- Eurocodes;

- BS EN and BS EN ISO standards relating to construction of road schemes including earthworks;

- BS Codes of Practice relating to construction of road schemes including earthworks; - Other Non-Conflicting Complementary Information (NCCI).

- Construction (Design and Management) Regulations 2015 (CDM 2015) Regulations

- National Roads Development Guide

- Building Information Management (BIM)

The successful tenderer for each Call-Off Contract under the DPS will fulfil the duties of Principal Contractor under CDM 2015.

III.1.2) Economic and financial standing

List and brief description of selection criteria

SPD (SCOTLAND) 4B.1.1 鈥 General Yearly Turnover

SPD (SCOTLAND) 4B.4 鈥 Financial Ratios

SPD (SCOTLAND) 4B.5.1a,b AND 4B.5.2 - Insurance

SPD (SCOTLAND) 4B.6 - Other economic or financial requirements

In order to fully respond to SPD (SCOTLAND) 4B.1.1, 4B.4 and 4B.6, the bidder must complete the Financial Standing Workbook which can be found in the Attachments area, within PQQ 6480 of project 24516 and upload their response at SPD (SCOTLAND) 4B.4.

The bidder must complete the Financial Standing Workbook following the instructions detailed within it. Responses will be assessed on a pass/fail basis in line with the criteria described within the Financial Standing Workbook. Bidders that fail the assessment or fail to complete the Financial Standing Workbook will not have their application to join the DPS considered further.

Within the Financial Standing Workbook the bidder must indicate the lots, regions (geographical areas) and value bands they are applying for.

Minimum level(s) of standards possibly required

SPD (SCOTLAND) 4B.1.1 鈥 Within the Financial Standing Workbook, the bidder must provide their (general) yearly turnover for the last two financial years expressed in UK Sterling. The annual turnover of the bidder must not be less than:

200,000 GBP for the 0-100,000 GBP value band

500,000 GBP for the 100,001-250,000 GBP value band

2,000,000 GBP for the 250,001-1,000,000 GBP value band

5,000,000 GBP for the 1,000,001-2,500,000 GBP value band

10,000,000 GBP for the 2,500,001-5,000,000 GBP value band

Where a consortium is proposed, the thresholds will be applicable to the aggregate annual turnover of all organisations identified as forming part of the consortium.

SPD (SCOTLAND) 4B.4 鈥 Within the Financial Standing Workbook, the bidder will be assessed on the ratios below. For each ratio, a weighted average is calculated using the information provided for the last two financial years. The weightings used for each ratio are as follows: most recent financial year=67% weighting; most recent financial year-1=33% weighting.

Type of Ratio: Current Ratio

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

Minimum weighted average required (last two financial years) >=0.8.

Type of Ratio: Debt Ratio

Description: Debt Ratio will be calculated as follows: total debt divided by total assets.

Minimum weighted average required (last two financial years) <=0.8.< />>

Type of Ratio: Net Profit Margin

Description: Net Profit Margin will be calculated as follows: net profit divided by revenue expressed as a percentage.

Minimum weighted average required (last two financial years) >=2%.

In the event that the bidder does not meet the financial criteria for consideration but has a parent company that does, the bidder may still be eligible for consideration where their submission is supported by the parent company financials.

Where a consortium is proposed, each member of the consortium who is a financial capacity reliance entity must also pass this assessment. Each reliance entity will be separately assessed and must each attain a full pass of the financial standing assessment.

The Scottish Government reserve the right to request copies of the bidder鈥檚 audited accounts for the last two financial years (or such other period for which audited accounts are available), to include:

a) Balance Sheet and Profit and Loss Account;

b) Full Notes to the Accounts;

c) Director鈥檚 Report/Auditor鈥檚 Report.

This information may be requested to enable the Scottish Government to confirm the financial ratios submitted and to ensure no misinterpretation.

SPD (SCOTLAND) 4B.5.1a,b AND 4B.5.2 鈥 Insurance

The bidder confirms they already have or can commit to obtain, prior to the commencement of any Call-Off Contract, the levels of insurance cover indicated below:

- Professional Risk Indemnity = minimum level of 1 million GBP for all value bands

- Employers (Compulsory) Liability Insurance = minimum level of 5 million GBP for all value bands

- Public Liability = minimum level of 1 million GBP for all value bands

PLEASE NOTE: these are the minimum insurance levels required to join the DPS. Purchasing public bodies will then establish appropriate insurance levels for each individual Call-Off Contract.

SPD (SCOTLAND) 4B.6 - Other economic or financial requirements

Within the Financial Standing Workbook, the bidder must confirm that in the last two financial years their accounts have been filed and they have obtained an unqualified audit opinion or unqualified with regards to true and fair view.

A search of the bidder against Dun & Bradstreet鈥檚 Risk Assessment must not return a 鈥淢oderate-High鈥 or 鈥淗igh鈥 Overall Business Risk. Bidders with a 鈥淢oderate-High鈥 or 鈥淗igh鈥 Overall Business Risk will not be admitted to the DPS.

III.1.3) Technical and professional ability

List and brief description of selection criteria

SPD (SCOTLAND) 4C.1 鈥 Technical and Professional Ability

SPD (SCOTLAND) 4C.7 鈥 Environmental Management and Climate Change Plan

SPD (SCOTLAND) 4D.1 鈥 Quality Management and Health & Safety Procedures

SPD (SCOTLAND) 4D.2 鈥 Environmental Management

Minimum level(s) of standards possibly required

Further to the identified selection criteria outlined above, full guidance and the minimum levels of standards required are outlined in the "III.1.3 Technical and Professional Ability" document, which can be found in the Attachments area, within PQQ 6480 of project 24516.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The DPS is subject to contract management which is carried out by the Scottish Government (the Contracting Authority) and the suppliers that have joined the DPS. The Scottish Government is responsible for the strategic contract management of the DPS and each purchasing public body is responsible for the day-to-day contract management of its Call-Off Contracts.

For further details on the functioning of the DPS, please see the procurement documents (details of how to access these being set out in section 鈥淚.3) Communication鈥 of this Contract Notice).

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Restricted procedure

IV.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the setting up of a dynamic purchasing system

The dynamic purchasing system might be used by additional purchasers

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: 2022/S 000-022592

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

4 October 2030

Local time

12:00pm

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

4 October 2030

IV.2.4) Languages in which tenders or requests to participate may be submitted

English


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Estimated timing for further notices to be published: Q1 2029

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

To be eligible to join the DPS, bidders must agree to the Core Terms and complete the Non-Involvement in SOC check process.

Within PCS-T there are mandatory questions relating to Fair Work First and Environmental Management.

Buying organisations using the DPS will issue individual calls for competition electronically. All suppliers on the relevant Value Band, within the specific Region and Lot, will receive the ITT and be invited to bid for the opportunity.

No volumes are guaranteed or have been granted by the Contracting Authority. The Contracting Authority shall not be bound to order any of the works referred to within each works lots.

The Contracting Authority will have the right to request evidence that entry criteria are still valid at any point during the life of the DPS with evidence to be provided via an updated SPD to the Contracting Authority within 5 working days of request being issued.

Suppliers who are awarded a call-off contract under the DPS will be required to provide MI, community benefits and KPIs on a quarterly and annual basis.

The DPS will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, The Office for the Secretary of State for Scotland, the Scottish Parliamentary Corporate Body, councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards/special health boards, Student Loans Company Limited, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Scottish Futures Trust, Equality & Human Rights Commission, Business Stream Ltd, the Business Gateway National Unit at the Convention of Scottish Local Authorities, further/higher education institutions being fundable bodies within the meaning of section 6 of the further/Higher Education (Scotland) Act 2005, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing. In addition to the contracting authorities listed, the DPS will be available to charities entered on the Scottish Charity Register & voluntary organisations entered on the Membership Database of the Scottish Council for Voluntary Organisations and Caledonian Maritime Assets (CMAL) Ltd.

Information about agencies of the Scottish Ministers, Scottish NDPBs & offices in the Scottish Administration which are not ministerial offices:

Overview of the governance structure of public procurement for Scotland:

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 24516. For more information see:

A sub-contract clause has been included in this contract. For more information see:

Community benefits are included in this requirement. For more information see:

A summary of the expected community benefits has been provided as follows:

Community benefits requirements (if applicable) will be determined by each individual call-off contract.

(SC Ref:702085)

VI.4) Procedures for review

VI.4.1) Review body

Edinburgh Sheriff Court

Sheriff Clerks Office, 27 Chambers Street

Edinburgh

EH1 1LB

Email

edinburgh [at] scotcourts.gov.uk

Telephone

+44 1312252525

Fax

+44 1312258899

Country

United Kingdom

Internet address