Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

River Gauging Winches, Remote Controlled Travellers, Load Limiters

  • First published: 27 May 2020
  • Last modified: 27 May 2020

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Scottish Environment Protection Agency
Authority ID:
AA20787
Publication date:
27 May 2020
Deadline date:
30 June 2020
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Under this lot, a contract will be awarded to a single supplier for the supply and delivery of load limiters.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Scottish Environment Protection Agency

Strathallan House, Castle Business Park

Stirling

FK9 4TZ

UK

Telephone: +44 1786457700

E-mail: hilary.doody@sepa.org.uk

NUTS: UKM

Internet address(es)

Main address: http://www.sepa.org.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11302

I.3) Communication

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

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Environment

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

River Gauging Winches, Remote Controlled Travellers, Load Limiters

Reference number: C20026PUR

II.1.2) Main CPV code

42141410

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

Under this framework, a contract will be awarded to a single supplier for each lot to cover the supply and delivery of manually operated river gauging winches, remote controlled cableway travellers and load limiters.

II.1.5) Estimated total value

Value excluding VAT: 520 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Manually Operated River Gauging Winches

II.2.2) Additional CPV code(s)

42141410

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Under this lot, a contract will be awarded to a single supplier for the supply and delivery of manually operated river gauging winches.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 160 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

12 month extension.

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

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

Lot No: 2

II.2.1) Title

Remote Controlled Cableway Travellers

II.2.2) Additional CPV code(s)

42141410

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Under this lot, a contract will be awarded to a single supplier for the supply and delivery of remote controlled cableway travellers.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 300 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

12 month extension.

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

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

Lot No: 3

II.2.1) Title

Load Limiters (Vertical and Horizontal Spooling)

II.2.2) Additional CPV code(s)

42418910

35113000

II.2.3) Place of performance

NUTS code:

UKM

II.2.4) Description of the procurement

Under this lot, a contract will be awarded to a single supplier for the supply and delivery of load limiters.

II.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6) Estimated value

Value excluding VAT: 60 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

12 month extension.

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

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

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

List and brief description of selection criteria:

SEPA will access a Dun and Brad Street report for a Tenderers organisation and use the information contained within to assist with the assessment of the tenderer's economic and financial standing. SEPA will obtain a report for each tenderer following the closing date for tender receipts in order to have the most up to date information.


Minimum level(s) of standards required:

It is the requirement of this contract that bidders hold as a minimum or commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

Public liability insurance: GBP 5 million in respect of any one incident and unlimited in the number of claims

Employers (compulsory) liability insurance: GBP 5 million in respect of any one claim and unlimited in the number of claims

Product liability insurance: GBP 2 million in respect of any one claim and unlimited in the number of claims

Bidders are required to meet the following financial ratios:

Acid test ratio: greater than 1

Net profit/net sales: positive figure

Net capital employed: positive figure.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

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

The procurement involves the establishment of a framework agreement with several operators.

Envisaged maximum number of participants to the framework agreement: 3

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

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

Date: 30/06/2020

Local time: 10:00

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

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 30/06/2020

Local time: 10:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

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

Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=621716

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:621716)

VI.4) Procedures for review

VI.4.1) Review body

Court of Session

Parliament House, Parliament Square

Edinburgh

EH1 1RQ

UK

VI.5) Date of dispatch of this notice

26/05/2020

Coding

Commodity categories

ID Title Parent category
42418910 Loading equipment Lifting, handling, loading or unloading machinery
35113000 Safety equipment Firefighting, rescue and safety equipment
42141410 Winches Plain gears, gearing and driving elements

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
hilary.doody@sepa.org.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.