Scottish Government Marine Planning and Licencing Framework
This procurement is for the re-let of the 2014 Scottish Government “Framework Agreement for the Provision of Strategic Environmental Assessment, Appropriate Assessment and Marine Planning Services and Advice to Support Sustainable Economic Development in Scottish Marine Waters”.
United Kingdom-Aberdeen: Environmental services
2018/S 132-300906
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Marine Scotland, Marine Laboratory, 375 Victoria Road
Aberdeen
AB11 9DB
United Kingdom
Contact person: Bob McLeod
Telephone: +44 1312443567
E-mail: bob.mcleod@gov.scot
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Marine Planning and Licencing Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This procurement is for the re-let of the 2014 Scottish Government “Framework Agreement for the Provision of Strategic Environmental Assessment, Appropriate Assessment and Marine Planning Services and Advice to Support Sustainable Economic Development in Scottish Marine Waters” which expires on 30.9.2018. For the forthcoming call-off framework, it is envisaged that there will be a continued focus on community engagement and economic development in relation to offshore renewable energy, as well as a growing focus on strategic planning projects relating to grid infrastructure in support of offshore renewables. There will also be a focus on ensuring that sectoral plans are updated to cover any new leasing rounds and consider new technologies, such as floating wind.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Coastal and inland parts of Scotland
II.2.4)Description of the procurement:
This procurement is for the re-let of the 2014 Scottish Government “Framework Agreement for the Provision of Strategic Environmental Assessment, Appropriate Assessment and Marine Planning Services and Advice to Support Sustainable Economic Development in Scottish Marine Waters” which expires on 30.9.2018. For the forthcoming call-off framework, it is envisaged that there will be a continued focus on community engagement and economic development in relation to offshore renewable energy, as well as a growing focus on strategic planning projects relating to grid infrastructure in support of offshore renewables. There will also be a focus on ensuring that sectoral plans are updated to cover any new leasing rounds and consider new technologies, such as floating wind.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
This section refers to Section B of Part IV of the ESPD (Scotland) and covers questions 4B.2-6 of the ESPD (Scotland).
4B.1.1: bidders will be required to have a minimum “specific” yearly turnover of 500 000 GBP for the last 2 years.
In the event that the bidder does not comply with this requirement, they will not be considered any further in this tendering exercise.
As evidence for the ESPD (Scotland) question 4B.1.1, the procurement officer may ask for annual accounts from the bidder.
4B.3: where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up /started trading, a parent company guarantee may be requested.
4B.4: bidders must demonstrate a current ratio of greater than 0.8.
Current ratio will be calculated as follows: net current assets divided by net current liabilities.
There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.
4B.5: it is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:
— employers (compulsory) liability insurance = 5 000 000 GBP,
— public liability insurance = 5 000 000 GBP,
— professional indemnity insurance = 5 000 000 GBP.
III.1.3)Technical and professional ability
Details of technical facilities, measures for ensuring quality and quality management procedures.
4C.1.2: bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services /supplies as described in the contract notice or the relevant section of the site notice.
4C.2: bidders will be required to provide details of the technicians or technical bodies the bidder can call upon, especially those responsible for quality control in relation to this procurement exercise,
4C.3: bidders will be required to provide details of the technical facilities and measures for ensuring quality and the study and research facilities used,
4C.4: bidders are required to provide a statement of the relevant supply chain management and /or tracking systems used,
4C.7: bidders will be required to confirm that they will employ environmental management measures as detailed in 4C.12,
4C.9: bidders should provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise,
4C.10: bidders will be required to confirm that whether they intend to subcontract and if so, for what proportion of the contract,
4C.11: the bidder will be requested to confirm they will supply the required samples, descriptions or photographs of the products to be supplied, which do not need to be accompanied by certifications of authenticity,
4C.12: bidder will be asked to confirm that they can provide the required certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to the technical specifications or standards, which are set out in the relevant contract notice.
Quality management procedures:
1) the bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
or
2) the bidder must have the following:
a documented policy regarding quality management.
— The policy must set out the responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their chief executive, or equivalent, and is periodically reviewed at a senior management level,
— the policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Aberdeen
Section VI: Complementary information
VI.1)Information about recurrence
June 2022
VI.2)Information about electronic workflows
VI.3)Additional information:
Service type not appropriate for lotting
ESPD will be scored on a pass /fail basis.
Question scoring methodology for award criteria outlined in invitation to tender.
0) Unacceptable: nil or inadequate response. Fails to demonstrate an ability to meet the requirement,
1) Poor: response is partially relevant but generally poor. The response addresses some elements of the requirement but contains insufficient /limited detail or explanation to demonstrate how the requirement will be fulfilled,
2) Acceptable: response is relevant and acceptable. The response addresses a broad understanding of the requirement but may lack details on how the requirement will be fulfilled in certain areas,
3) Good: response is relevant and good. The response is sufficiently detailed to demonstrate a good understanding and provides details on how the requirements will be fulfilled,
4) Excellent: response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirement and provides details of how the requirement will be met in full.
Note: 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/Search/Search_Switch.aspx?ID=538689
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at: https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
Note: 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/Search/Search_Switch.aspx?ID=547718
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at: https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:547718)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=547718
VI.4.1)Review body
Victoria Quay, Leith
Edinburgh
EH6 6QQ
United Kingdom
Telephone: +44 1312447556Internet address: http://www.scotland.gov.uk
VI.4.3)Review procedure
An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under Public Contracts (Scotland) Regulations 2015 (SSI 2015 nº 446) may bring proceedings in the Sheriff Court or Court of Session. Any such action must be brought promptly (generally within 3 months).
VI.5)Date of dispatch of this notice: