Geotechnical Works within Scotland
We will be awarding a Framework Contract in collaboration with Transport Scotland for Geotechnical Works within Scotland.
United Kingdom-Edinburgh: Geotechnical engineering services
2016/S 022-034369
Contract notice
Works
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Forestry Commission
Silvan House, 231 Corstorphine Road
For the attention of: Sharon Green
EH12 7AT Edinburgh
UNITED KINGDOM
Telephone: +44 3000675103
Internet address(es):
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11322
Further information can be obtained from: Forestry Commission Scotland
Silvan House, 231 Corstorphine Road
EH12 7AT Edinburgh
UNITED KINGDOM
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Forestry Commission Scotland
Silvan House, 231 Corstorphine Road
EH12 7AT Edinburgh
UNITED KINGDOM
Tenders or requests to participate must be sent to: Forestry Commission Scotland
Silvan House, 231 Corstorphine Road
EH12 7AT Edinburgh
UNITED KINGDOM
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: yes
Transport Scotland
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
Execution
Main site or location of works, place of delivery or of performance: Scotland wide.
NUTS code UKM
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
Number of participants to the framework agreement envisaged: 5
Duration of the framework agreement
Duration in years: 4
II.1.5)Short description of the contract or purchase(s)
The Framework scope seeks to cover all geotechnical works necessary to make sites safer and to install temporary and permanent geotechnical infrastructure, depending on requirements. This would include, but is not restricted to:
— Application of a range of rock and soil slope reinforcement techniques;
— Rock removal and scaling;
— Provision of specific plant (e.g. mobile barriers off-road vehicles and non-road engines);
— Removal of vegetation and arboreal control;
— Installation of protection measures against rock and debris falls such as draped mesh, baseline, temporary or permanent catch fencing (and removal if required);
— Provision of traffic management;
— Chainsaw work as required;
— Supply accurate as built details and specifications and GPS coordinates of all installed infrastructure.
The Framework will facilitate a combination of planned works, and unplanned emergency works (which would be required at very short notice); all of which will be carried out by suitably qualified and competent staff.
Emergency Call-Off:
If there is a requirement for an emergency response to a geotechnical incident, FES or TS will seek to award the call-off contract to the contractor they feel can offer the quickest response to the emergency. It is likely, for genuine emergencies, we could need contractors to mobilise and be on-site within 2 hours.
II.1.6)Common procurement vocabulary (CPV)
71332000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
II.1.9)Information about variants
II.2.2)Information about options
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.4)Other particular conditions
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: Minimum Requirements are identified in the ITT document.
III.2.3)Technical capacity
Minimum Requirements are identified in the ITT document.
Minimum level(s) of standards possibly required:
Minimum Requirements are identified in the ITT document.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Section VI: Complementary information
VI.3)Additional information
In order to bid for this framework you have to click on the link below to access the tender documentation. The documentation should be available electronically through the link below from 2000 on the 28th January: https://www.delta-esourcing.com/respond/95YVH6YWE6(SC Ref:427703).
VI.4.1)Body responsible for appeal procedures
Head of Procurement
321 Corstorphine Road
EH12 7AT Edinburgh
UNITED KINGDOM
VI.4.2)Lodging of appeals
VI.5)Date of dispatch of this notice: