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