CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 209-379669/EN)
Nature of contract: Service contract
Procedure: Restricted procedure
Regulation of procurement: EU – with participation by GPA countries
Type of bid required: Global bid

Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Hampshire County Council
Economy, Transport and Environment Department, The Castle
Winchester
Postal code: SO23 8UJ
United Kingdom
Contact points(s): Procurement Support, Nuts Code UKJ1, UKJ2, UKJ3, UKJ4, UKK1, UKK2, UKJ11, UKJ33 and UKK4
Phone: +44 1962832323
Email: procurement.support@hants.gov.uk
Address of the buyer profile:
Further information can be obtained from: Hampshire County Council
United Kingdom
Internet address:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Hampshire County Council
United Kingdom
Internet address:

Tenders or requests to participate must be sent to: Hampshire County Council
United Kingdom
Internet address:

I.2) Type of the contracting authority:
Regional or local authority
I.3) Main activity: General public services,Environment
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity:
ET08829H — Generation 3 Geotechnical & Geoenvironmental Framework 2017 to 2021.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services
Service category No 12: Architectural services; engineering services and integrated engineering services; urban planning and landscape architectural services; related scientific and technical consulting services
Nuts code: UKJ11, UKJ4, UKK2, UKK4, UKJ1, UKJ3, UKK1, UKJ33, UKJ2
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS):
The notice involves the establishment of a framework agreement:
II.1.4) Information on framework agreement:
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 10
Duration of the framework agreement in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 3 000 000 GBP
II.1.5) Short description of the specific contract:
Hampshire County Council invites applications from suitably experienced organisations who wish to be considered for selection to tender for the Generation 3 Geotechnical & Geoenvironmental Framework 2017 to 2021, covering site investigation services including digging of boreholes and trial pits, windowless sampling and dynamic probing with associated laboratory testing, interpretation of data, assessment and reporting with recommendations and guidance as appropriate. The value of individual works order value could range between GBP 5 000 and 10 000 but could potentially be up to GBP 250 000. No guarantee can be given on these values or volumes provided here and they are approximate only.
The Framework will commence on 1.6.2017 and will be for a period of 48 months (4 years), ending on 31.5.2021.
The framework will include work directly for Hampshire County Council as well as work delivered by Hampshire County Council on behalf of other authorities. All works under the framework will procured and called-off by Hampshire County and no other authority will be able to appoint framework suppliers or call-off works directly.
Interested parties should register their interest and complete the Pre-Qualification Questionnaire, together with any supporting information requested, by 14:00 on 28.11.2016. Registration and submissions must be via the In-Tend website Any queries on the PQQ must be submitted by 17:00 16.11.2016.
It is the intention to issue successful applicants with final tender documents on 30 January 2017 with a deadline for tender return of 14:00 hours on 3.3.2017 although Hampshire County Council reserves the right to change these dates if it becomes necessary to do so. Queries on the ITT must be submitted via In-Tend by 17:00 21.2.2016.
How to obtain the PQQ Documents
The Pre-Qualification Questionnaire can be accessed when logged into In-Tend by selecting ‘View Details’ on the relevant tender advert and clicking the ‘Express Interest’ tab. Once in the tender there are five tabs — ‘Tender’, PQQ — documents’, ‘Correspondence’, ‘Clarifications’ and ‘History’. Select the 2nd tab (PQQ documents) where you will find useful information under ‘Tender Details’ continue to scroll down to the heading ‘Tender Documents Received’ where you will be able to view / download the documents.
Opting In and Out
Please note you are required to ‘Opt In’ before you can access the ‘My tender Return’ to start populating your response.
The ‘Opt Out’ functionality will also be available throughout the duration of the tender process. Opting out will give you the option of declaring you no longer want to receive any further communication in relation to this tender along with the opportunity of providing comments and feedback for this decision.
You can choose to ‘Opt In’ at any time during the tender process if you initially decided to ‘Opt Out’.
Please note you are required to ‘Opt In’ to view and complete the Questionnaire for this project.
Further Guidance
In addition, guidance on how to participate in a tender — download & upload documents / returns and if required, register your company (free of charge), can be found on the In-Tend site under the ‘Help’ or ‘Information for Suppliers’ buttons.
Receiving Notification Emails
To ensure you receive email alerts and notifications from our system, please add the email domain ‘@in-tend.co.uk’ to your Safe Senders list.
II.1.6) Common procurement vocabulary (CPV): 71332000, 71600000, 71350000, 45120000, 90522000, 71351500, 71510000
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA): YES
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
The purpose of this Tender is to procure a framework of Suppliers to provide site investigation services, which will typically include:
— pre-investigation site reconnaissance and liaison with formal agreement of site working practices (where applicable),
— preparation of draft logs and test schedules for approval,
— provision of Ground Investigation Report or Ground Investigation Report and
Geotechnical Design Report (providing design advice for earthworks, foundations, pavements, ground stabilisation, soakaways or remedial advice for contamination etc where requested). The Ground Investigation Report and Geotechnical Design Report may be combined for simple designs (where instructed by the Employer).
No business whatsoever is guaranteed under any resulting framework agreement being established from this exercise. For information only, historically, work packages have ranged in number between 80 — 100 p.a. but could be zero in the same period or throughout the framework. Each tenderer undertakes to indemnify the Authority and to keep the Authority indemnified against all actions, claims, demands, liability, proceedings, damages, costs, charges and expenses whatsoever arising out of or in connection with information contained above and in this Contract Notice.
Parts 5 & 6 of the ITT documents describe the operation of the framework and procedures for potential call-off of work from it.
Estimated value excluding VAT:
3 000 000 GBP
II.2.2) Information about options:
Options:no
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion:
Starting 1.6.2017Completion 31.5.2021
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract:
III.1.1) Deposits and guarantees required:
The Council reserves the right to require deposits, guarantees, bonds warranties and other forms of appropriate security as defined in the tender documentation.
Information and formalities necessary for evaluating if the requirements are met:
In accordance with Articles 57 — 62 of Directive 2014/24/EC and Regulation 57 of the Public Contracts Regulations 2015. Organisations are advised it is a condition of this contract that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by these Contracts in full compliance with UK legislation.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
In accordance with Articles 57 — 62 of Directive 2014/24/EC and Regulation 58 of the Public Contracts Regulations 2015, and set out in the Tender documentation.
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
Where a consortium or other grouping of suppliers submits a bid, such consortia or grouping must nominate a lead organisation to deal with Hampshire County Council on all matters relating to the Framework Agreement. All consortium members or grouping will be required to be jointly and severally liable in respect to the obligations and liabilities relating to the Framework Agreement.
III.1.4) Other particular conditions:
III.2) Conditions for participation:
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 57 — 62 of Directive 2014/24/EC and Regulation 57 of the Public Contracts Regulations 2015. Organisations are advised it is a condition of this contract that all managers and operatives (including subcontractors) are suitably competent to execute all trades and operations encompassed by these Contracts in full compliance with UK legislation.
III.2.2) Economic and financial ability:
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 57 — 62 of Directive 2014/24/EC and Regulation 58 of the Public Contracts Regulations 2015, and set out in the Tender documentation.
Insurances — Tenderers are advised that the following minimum insurance levels are required:
— Employer’s Liability 10 000 000 GBP
— Public Liability 10 000 000 GBP
— Professional Indemnity 5 000 000 GBP
The Council will not award a contract from the Framework to an organisation that does not hold and cannot provide evidence that it is able to obtain the insurance at the levels stated.
The Council will use credit checking agencies to determine an overall risk score for all applicants. The minimum pass marks are stated in the PQQ documents.
Minimum level(s) of standards possibly required: As per the requirements of Regulation 58 of the Public Contracts Regulations 2015, and set out in the Invitation to Tender documentation.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: In accordance with Articles 57 — 62 of Directive 2014/24/EC and Regulation 58 of the Public Contracts Regulations 2015, and set out in the Tender documentation.
Applicants are required to provide details of 3 referees from works contracts undertaken from either or both, public and private sector, that are relevant to the Council’s requirement, during the past 3 years.
It is the applicant’s responsibility to issue the Council’s standard reference template (as included in the PQQ) to the organisations they have listed and ensure the completed reference is returned directly to the Council by the referee no later than the PQQ submission deadline.
Equalities:
Suppliers are required to comply with equalities and anti-discrimination legislation, and to treat all people fairly and equally so that no one group is treated less favourably than others.
Sustainability:
The Council requires its suppliers to support its approach in proactively managing its Corporate Social Responsibility including the reduction of its carbon footprint, impact on the environment and use of natural resources.
Suppliers are required to declare whether their organisation has been issued with termination, default notices on any contracts in the last 3 years
Part of the assessment will require the applicant to provide case studies as detailed in the PQQ.
Minimum level(s) of standards possibly required: As per the requirements stated in this Notice, the PQQ, the Invitation to Tender documentation and Regulation 58 of the Public Contracts Regulations 2015.
III.2.4) Information about reserved contracts:
III.3) Conditions specific to services contracts:
III.3.1) Information about a particular profession:
Execution of the service is reserved to a particular profession: no

III.3.2) Staff responsible for the execution of the service:
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: NO
Section IV: Procedure
IV.1) Type of procedure:
IV.1.1) Type of procedure:
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Envisaged minimum number: 3 and maximum number 10
Objective criteria for choosing the limited number of candidates:
Grounds for exclusion: Pass / FailEconomic & Financial Information: Pass / FailTechnical & Professional Ability: WeightedReferences: WeightedInsurance: Pass / FailSupply Chain Matters — WeightedBusiness Practices: (Equalities, Sustainability, Quality Assurance, Health & Safety: Pass / FailDeclaration: Pass / FailAn overall pass mark of 50 % shall be applied to this prequalification exercise. Applicants who do not achieve an overall score of 50 % or higher will not be invited totender. In addition to the achievement of this overall pass mark only the 20 top scoring organisations will be taken through to the Invitation to Tender stage.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
IV.2) Award criteria:
IV.2.1) Award criteria:
IV.2.2) Information about electronic auction:
An electronic auction will be used: no
IV.3) Administrative information:
IV.3.1) File reference number attributed by the contracting authority/entity:
ET08829H Gen 3 Geotechnical & Geoenvironmental
IV.3.2) Previous publication(s) concerning the same contract:
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Payable documents: No
IV.3.4) Time limit for receipt of tenders or requests to participate:
28.11.2016 – 14:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates:
30.1.2017
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender:
IV.3.8) Conditions for opening of tenders:

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: No
VI.2) Information about European Union funds:
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Electronic ordering will be used, electronic invoices will be accepted with prior agreement and electronic payment via BACS is preferred.
This Framework will not be sub divided into Lots for the following reasons: The nature of works to be procured throughout this framework can be undertaken by a full range of suppliers equally. Suppliers wishing to apply for this tender would not be unfairly disadvantaged or discouraged as the purpose of this exercise is to establish a multi-supplier Framework for multiple low value projects over a period of time.
The Authority is not looking to appoint a single supplier to provide all of the requirements over the whole geographical area and for the entire duration of the Framework.
Each potential contract opportunity (call-off) will be offered to all successful applicants to the Framework via fair competition (regardless of location, size and relevant turnover). Suppliers appointed to the framework will be able to de-select themselves.
Capacity and size of each work package will be on ad hoc basis with no expectation for suppliers to provide all the requirements for the entire Framework. As the availability and location of future work cannot be guaranteed, it is not possible to split the requirements into reasonable and logical lots at the outset and is the reason for not sub-dividing this requirement any further.
VI.4) Procedures for appeal:
VI.4.1) Body responsible for appeal procedures:
Hampshire County Council
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:If you have a complaint or seek to challenge the outcome, please seek independent legal advice on how to proceed.
VI.5) Date of dispatch of this notice:
26.10.2016

RELATED ARTICLES

UK carrier strike group to sail to India on its maiden deployment

April 27, 2021

Maritime - UK carrier strike group to sail to India on its maiden deployment

The UK’s Carrier Strike Group 2021, led by HMS Queen Elizabeth, will sail to India in the autumn on its

CMR

April 15, 2019

Homeland - U.S Military seeks CMR reception capabilities for communications

Viasat next-generation link 16 products achieve advanced Concurrent Multiple Reception Capabilities (CMR) sought by U.S. Military. The US government is seeking