Civil Engineering Multi-Disciplinary Support Contract
A96 Dualling Hardmuir to Fochabers Multi-Disciplinary Support Services Contract.
United Kingdom-Glasgow: Civil engineering consultancy services
2015/S 202-366961
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Transport Scotland
Buchanan House, 58 Port Dundas Road
Contact point(s): MTRIPS: Planning and Design — Design Team 3
For the attention of: Alasdair Graham
G4 0DX Glasgow
UNITED KINGDOM
Telephone: +44 1412727100
E-mail: alasdair.graham@transportscotland.gsi.gov.uk
Fax: +44 1412727272
Internet address(es):
General address of the contracting authority: http://www.transportscotland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00099
Electronic access to information: www.publictendersscotland.publiccontractsscotland.gov.uk
Electronic submission of tenders and requests to participate: www.publictendersscotland.publiccontractsscotland.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Moray, Scotland.
NUTS code UKM62
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The scope of the services will include but not be limited to undertaking a Design Manual for Roads and Bridges (DMRB) Stage 2 and Stage 3 assessment, development of specimen design, statutory procedures, preparation of tender and contract documentation, and construction supervision. Throughout the commission the organisation shall undertake the duties of the Principal Designer in accordance with the Construction (Design and Management) Regulations 2015 as amended or updated.
NOTE: The buyer is using PCS-Tender to carry out this procurement process. Please note this is a separate website and if you are not already registered, registration will be required.
To access PCS-Tender, record your interest in this notice and access the tender documentation please visithttps://www.publictendersscotland.publiccontractsscotland.gov.uk and search for project Code project_4913 under PQQs Open to All Suppliers. Please use the Search/Filter function, then select Project Code from the dropdown. Please note that once you have expressed interest in the PQQ it will move to your My PQQs area.
For further information on using PCS-Tender, please read the Supplier Response Guide:https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/supplierhelppage/PCS-TSupplierResponseGuide.pdf
If you have already registered on Public Contracts Scotland and PCS-Tender and paired your accounts you can access PCS-Tender through your Public Contracts Scotland Control Panel.
II.1.6)Common procurement vocabulary (CPV)
71311000, 71322000, 71311100, 71311210, 71311220
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Range: between 40 000 000 and 50 000 000 GBP
II.2.2)Information about options
II.2.3)Information about renewals
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Further details will be provided in the tender documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
III.2.2)Economic and financial ability
Minimum level(s) of standards possibly required: Economic operators shall be required to satisfy minimum standards of economic and financial standing. These minimum standards are described in detail in the Pre-qualification Prospectus and Questionnaire. The financial information received as part of each PQQ Submission shall be evaluated and scored out of 50 against nine categories. A PQQ Submission shall be marked as a FAIL and shall not be considered further if the score achieved is less than fifty percent of the available marks.
A PQQ submission shall be marked as a FAIL if the economic operator or group of economic operators do not have or are not able to commit to obtain the required level of insurance.
III.2.3)Technical capacity
Conditions are as set out in the Pre-qualification Prospectus and Questionnaire.
Minimum level(s) of standards possibly required:
Economic operators shall be required to satisfy minimum standards of technical capacity or professional ability. These minimum levels are described in detail in the Pre-qualification Prospectus and Questionnaire and can be summarised as:
(a) Have generated a fee turnover, relating to civil engineering infrastructure projects, of at least 100 000 000 GBP in three of the last 5 years.
(b) Have provided project management services in relation to road infrastructure projects each with a project construction cost of at least 100 000 000 GBP, exclusive of VAT, within the last 8 years.
(c) Have provided road infrastructure design services in relation to road infrastructure projects each with a project construction cost of at least 100 000 000 GBP, exclusive of VAT, within the last 8 years.
(d) Have prepared statutory processes in relation to road infrastructure projects each with a project construction cost of at least 100 000 000 GBP, exclusive of VAT, within the last 8 years; and
(e) Have provided construction supervision services in relation to road infrastructure projects each with a project construction cost of at least 50 000 000 GBP, exclusive of VAT, within the last 10 years.
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates: As described in detail in the Pre-qualification Prospectus and Questionnaire.
The Scottish Ministers intend to invite 5 economic operators to tender. These economic operators shall be those 5 economic operators who have:
(a) submitted a compliant PQQ Submission;
(b) gained a PASS in respect of the eligibility and minimum standards of technical or professional ability evaluation conducted pursuant to the Pre-qualification Prospectus;
(c) gained a PASS in respect of the financial evaluation conducted pursuant to the Pre-qualification Prospectus; and
(d) achieved the first, second, third, fourth, or fifth highest combined weighted scores in respect of technical or professional ability calculated in accordance with the Pre-qualification Prospectus, may be selected as the Tenderers.
If an economic operator has not submitted a compliant PQQ Submission as described in (a) above, or failed in respect of either (b) or (c) above, then that economic operator shall be excluded from the ranking of scores described in (d) above.
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Section VI: Complementary information
VI.3)Additional information
Transport Scotland will conduct the proposed procurement process for the A96 Dualling Hardmuir to Fochabers Multi-Disciplinary Support Services Contract on behalf of the Scottish Ministers. In the event of the conclusion of the Contract, the A96 Dualling Hardmuir to Fochabers Multi-Disciplinary Support Services Contract will be entered into between the Scottish Ministers and the successful tenderer.
Any economic operators wishing to participate in response to this notice can download the Pre-qualification Document, which consists of Pre-qualification Prospectus and Pre-qualification Questionnaire, from the PCS Tender Portal (www.publictendersscotland.publiccontractsscotland.gov.uk).
Each economic operator shall submit their PQQ Submission using the PCS Tender Portal only, by no later than 12:00 noon GMT on 20.11.2015. The Scottish Ministers shall not evaluate any PQQ submissions received after the specified deadline, unless the delay is caused by a situation out with the control of the economic operator, the determination of which shall be at the sole discretion of the Scottish Ministers. Compliance with achieving the specified deadline is the sole responsibility of the economic operator.
Economic operators which alter their composition after making a PQQ Submission will require to be subject to re-evaluation.
The Scottish Ministers reserve the right not to award any Contract as a result of the procurement process initiated by this notice and to make whatever changes the Scottish Ministers deem appropriate to the content, process, timing and structure of the procurement process.
Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the pre-qualification procedure and if an economic operator is selected to submit a tender Transport Scotland and the Scottish Ministers shall have no liability for any costs howsoever incurred by those participating in the tender process.
Economic operators should be aware that all information submitted to the Scottish Ministers may need to be disclosed and/or published by the Scottish Ministers in compliance with the Freedom of Information (Scotland) Act 2002 and the Environmental Information (Scotland) Regulations 2004.
Information given in II.2.1) of this notice is preliminary.
The date referred to in IV.3.5) of this notice is provisional.
(SC Ref: 414409).
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: