By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Access Covers.

CONTRACT NOTICE - UTILITIES

Supplies

SECTION I: CONTRACTING ENTITY

I.1)NAME, ADDRESSES AND CONTACT POINT(S)

Scottish Water
5 Whistleberry Road, Lanarkshire
Attn: Kerry Buchanan
G72 0TA Blantyre
UNITED KINGDOM
Tel. +44 1698722307
E-mail:

Internet address(es)

Address of the buyer profile

Further information can be obtained at: As in above-mentioned contact point(s)

Specifications and additional documents (including documents for a dynamic purchasing system) can be obtained at: As in above-mentioned contact point(s)

Tenders or requests to participate must be sent to: As in above-mentioned contact point(s)

I.2)MAIN ACTIVITY OR ACTIVITIES OF THE CONTRACTING ENTITY
Water

SECTION II: OBJECT OF THE CONTRACT

II.1)DESCRIPTION
II.1.1)Title attributed to the contract by the contracting entity
Access Covers.
II.1.2)Type of contract and location of works, place of delivery or of performance
Supplies
Purchase

NUTS code UKM

II.1.3)The notice involves
The establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
Duration of the framework agreement: Duration in year(s): 10
Estimated total value of purchases for the entire duration of the framework agreement:
estimated cost excluding VAT 8 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
On & Off- Road Access Covers Scope/Specification.
1. This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSOs and similar chambers.
2. The scope of supply is for design support, site survey (if required), manufacture, delivery and installation (where required) of access covers and associated Health and Safety features. The Framework is split into 2 lots. Lot 1 On road. Lot 2 Off Road
3. Access covers should be to BS EN 124 and shall comply with the following classifications:
B125 for footways, pedestrian areas and comparable areas. (OFF ROAD).
C250 for car parks or similar (ON ROAD).
D400 for carriageways (ductile iron only). (ON ROAD).
E600/F900 Where required for abnormally high loadings (ductile iron only) (ON ROAD).
4. A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.
5. The following information is also required in support of tenders submissions: (Specific requirements in these areas will be supplied with each order. Manufacturers are expected to consult SW Project Manager to confirm the most expedient ways of achieving these features prior to manufacture.)
5.1. Standard sizes, if different from the list above.
5.2. Health and Safety manual handling strategy for lifting of large covers and safety grills, including weights of covers, frames and any specialist tools and/or equipment required and any mechanical assistance. (E.g. spring assisted lift, how the cover will be gripped, position of key holes, extension arms etc. It is likely that sizes over 675 x 675mm may require assisted opening.)
5.3. Handling points of covers and grills and locks should all be accessible without the operative exposing themselves to any hazard.
5.4. Details of any items requiring to be cast into, or rebates and recesses that may be required in civil structure to accommodate the covers, grills, support frames. (Also whether covers need to be flush with ground level or may be raised above it.)
5.5. Where hinged covers are proposed, details of how the hinges shall be capped/protected to prevent the covers becoming accidentally unhinged during lifting and to prevent the ingress of grit and other foreign material that may adversely affect safe lifting and replacing of the covers.
5.6. Details of how falls into the chamber will be prevented once the main cover has been lifted (It is anticipated that all covers over 675 x 675mm will have secondary fall protection made of the same standard of material as the rest of the assembly and with a SWL of 250kg) whilst still allowing access for any maintenance tasks that will require access through the secondary fall protection grill. Operatives should not be exposed to an unprotected opening. (This should include allowance for maintenance tasks that require reaching through the grill (e.g. reaching junction boxes), raising plant through the grill whilst it is still in place (e.g. ultrasonic readers) and raising plant through the grill when the grill may need to be temporarily displaced (e.g. lifting pumps) allowing for the slew of any lifting equipment). This may involve the use of close mesh, bars, split covers etc depending on the task below. Where there is no task to be performed below a specific cover, close mesh must be used for secondary fall protection.
5.7. The hinges of grills may need to be on any side of the chamber so that the larger grills may act as edge protection.
5.8. Details of how the covers and grills, once raised, will be locked into place to prevent them falling prematurely.
5.9. Where man access is required through the cover, details of how the grills can be used as a hand hold above ground level (where required) prior to stepping onto the fixed access a ladder.
5.10. The option of air tight odour control seals and water tight to be included in the cover manufacture.
5.11. Ventilation via the cover and frame assembly.
5.12. How the covers (not grills) may be locked in place with a tamper proof assembly. (Recessed padlock provisions should drain surface water).
5.13. The above features should also apply to large multi-leaf assemblies whether interlocked or separate. Beams supporting such assemblies must not obstruct operational requirements and must be easily removable.
5.14. Each cover shall have a warning sign fixed to either underside of cover or topside of safety grill, if fitted.
5.15. Where multiple covers require a set lifting sequence, this sequence should be clearly marked on the covers and frames.
5.16. Keys must be supplied for all covers.
II.1.6)Common procurement vocabulary (CPV)

44423760

II.1.7)Contract covered by the Government Procurement Agreement (GPA)
Yes
II.1.8)Division into lots
Yes
tenders should be submitted for one or more lots
II.1.9)Variants will be accepted
Yes
II.2)QUANTITY OR SCOPE OF THE CONTRACT
II.2.1)Total quantity or scope
On & Off- Road Access Covers Scope/Specification.
1. This framework is for the supply of Access Covers for person and equipment access to Pumping Stations, Storage Tanks, CSOs and similar chambers.
2. The scope of supply is for design support, site survey (if required), manufacture, delivery and installation (where required) of access covers and associated Health and Safety features. The Framework is split into 2 lots. Lot 1 On road. Lot 2 Off Road
3. Access covers should be to BS EN 124 and shall comply with the following classifications:
B125 for footways, pedestrian areas and comparable areas. (OFF ROAD).
C250 for car parks or similar (ON ROAD).
D400 for carriageways (ductile iron only). (ON ROAD).
E600/F900 Where required for abnormally high loadings (ductile iron only) (ON ROAD).
4. A full range of cover sizes is required. Width 675, 750, 900mm and lengths 675, 750, 900, 1200mm. For larger covers segmental multi cover assemblies must be available. Other sizes may be requested.
5. The following information is also required in support of tenders submissions: (Specific requirements in these areas will be supplied with each order. Manufacturers are expected to consult SW Project Manager to confirm the most expedient ways of achieving these features prior to manufacture.)
5.1. Standard sizes, if different from the list above.
5.2. Health and Safety manual handling strategy for lifting of large covers and safety grills, including weights of covers, frames and any specialist tools and/or equipment required and any mechanical assistance. (E.g. spring assisted lift, how the cover will be gripped, position of key holes, extension arms etc. It is likely that sizes over 675 x 675mm may require assisted opening.)
5.3. Handling points of covers and grills and locks should all be accessible without the operative exposing themselves to any hazard.
5.4. Details of any items requiring to be cast into, or rebates and recesses that may be required in civil structure to accommodate the covers, grills, support frames. (Also whether covers need to be flush with ground level or may be raised above it.)
5.5. Where hinged covers are proposed, details of how the hinges shall be capped/protected to prevent the covers becoming accidentally unhinged during lifting and to prevent the ingress of grit and other foreign material that may adversely affect safe lifting and replacing of the covers.
5.6. Details of how falls into the chamber will be prevented once the main cover has been lifted (It is anticipated that all covers over 675 x 675mm will have secondary fall protection made of the same standard of material as the rest of the assembly and with a SWL of 250kg) whilst still allowing access for any maintenance tasks that will require access through the secondary fall protection grill. Operatives should not be exposed to an unprotected opening. (This should include allowance for maintenance tasks that require reaching through the grill (e.g. reaching junction boxes), raising plant through the grill whilst it is still in place (e.g. ultrasonic readers) and raising plant through the grill when the grill may need to be temporarily displaced (e.g. lifting pumps) allowing for the slew of any lifting equipment). This may involve the use of close mesh, bars, split covers etc depending on the task below. Where there is no task to be performed below a specific cover, close mesh must be used for secondary fall protection.
5.7. The hinges of grills may need to be on any side of the chamber so that the larger grills may act as edge protection.
5.8. Details of how the covers and grills, once raised, will be locked into place to prevent them falling prematurely.
5.9. Where man access is required through the cover, details of how the grills can be used as a hand hold above ground level (where required) prior to stepping onto the fixed access a ladder.
5.10. The option of air tight odour control seals and water tight to be included in the cover manufacture.
5.11. Ventilation via the cover and frame assembly.
5.12. How the covers (not grills) may be locked in place with a tamper proof assembly. (Recessed padlock provisions should drain surface water).
5.13. The above features should also apply to large multi-leaf assemblies whether interlocked or separate. Beams supporting such assemblies must not obstruct operational requirements and must be easily removable.
5.14. Each cover shall have a warning sign fixed to either underside of cover or topside of safety grill, if fitted.
5.15. Where multiple covers require a set lifting sequence, this sequence should be clearly marked on the covers and frames.
5.16. Keys must be supplied for all covers.
estimated cost excluding VAT 8 000 000 GBP
II.2.2)Options
Yes
description of these options: Further details will be provided at a later stage of the tender process.
II.3)DURATION OF THE CONTRACT OR TIME LIMIT FOR COMPLETION
Duration in months: 120 (from the award of the contract)

INFORMATION ABOUT LOTS

LOT NO: 1 TITLE On Road
1)SHORT DESCRIPTION
See II.1.5) Short description of the contract or purchase(s).
2)COMMON PROCUREMENT VOCABULARY (CPV)

44423760

3)QUANTITY OR SCOPE
See II.1.5) Short description of the contract or purchase(s).
estimated cost excluding VAT 3 000 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACTOR STARTING/COMPLETION
Duration in months: 120 (from the award of the contract)
LOT NO: 2 TITLE Off Road
1)SHORT DESCRIPTION
See II.1.5) Short description of the contract or purchase(s).
2)COMMON PROCUREMENT VOCABULARY (CPV)

44423760

3)QUANTITY OR SCOPE
See II.1.5) Short description of the contract or purchase(s).
estimated cost excluding VAT 5 000 000 GBP
4)INDICATION ABOUT DIFFERENT DATE FOR DURATION OF CONTRACTOR STARTING/COMPLETION
Duration in months: 120 (from the award of the contract)

SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION

III.1)CONDITIONS RELATING TO THE CONTRACT
III.1.1)Deposits and guarantees required
Scottish Water reserves the right to require deposits, guarantees, bonds or other forms of appropriate security.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions regulating them
All prices quoted shall be in sterling (UK) and all payments shall be made in Sterling (UK). Payment shall be made on the basis of completed services in accordance with the agreed contract rates, schedules and conditions of contract.
III.1.3)Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded
In the event of a group of companies submitting an accepted offer it will be necessary for each member of the group to sign an undertaking that each company in the group will be jointly and severally liable for the satisfactory performance of the contract.
III.1.4)Other particular conditions to which the performance of the contract is subject
No
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 requirements are met: Expressions of interest must be submitted by email to by the date indicated in IV.3.4. All applicants will be requested to complete a Pre-Qualification Questionnaire. Questionnaires will be issued electronically to all applicants through an e-tendering system. Responses to Pre-Qualification Questionnaires will be assessed and used to short-list applicants who will be invited to proceed to the next stage of the tender process. Applicants will only be assessed based on the answers provided in the questionnaires. It is anticipated the number of applicants that will be invited to tender will be 12. All applicants MUST include in their expression of interest their company's full postal address and contact details, inclusive of their company registration number. Upon receipt of expression of interest, the applicant will be requested to register on the Esourcing Scotland electronic portal. To do this, a Request ID number will be issued by Scottish Water Procurement Helpline once the applicants expression of interest has been noted.

III.2.2)Economic and financial capacity
Applicants will be expected to be of sufficient financial and economic standing to support the anticipated contract value. All applicants must complete the financial questions within the pre-qualification questionnaire and tender documents. Financial standing relevant to the anticipated contract value will be determined by Scottish Water based on the response to the pre-qualification questionnaire and any further financial checks deemed necessary.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if requirements are met Applicants must complete the technical questions within the pre-qualification questionnaire and tender documents.
III.2.4)Reserved contracts
No
III.3)CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.1)Execution of the service is reservedto a particular profession
No
III.3.2)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
Negotiated
Candidates have already been selected No
IV.2)AWARD CRITERIA
IV.2.1)Award criteria
The most economically advantageous tender in terms ofthe criteria stated in the specifications or in the invitation to tender or to negotiate
IV.2.2)An electronic auction will be used
No
IV.3)ADMINISTRATIVE INFORMATION
IV.3.1)File reference number attributed by the contracting entity
SW11/INF/792
IV.3.2)Previous publication concerning the same contract
No
IV.3.3)Conditions for obtaining specifications and additional documents
Payable documents No
IV.3.4)Time limit for receipt of tenders or requests to participate
24.8.2011 - 10:00
IV.3.5)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.6)Minimum time frame during which the tenderer must maintain the tender
IV.3.7)Conditions for opening tenders

SECTION VI: COMPLEMENTARY INFORMATION

VI.1)THIS IS A RECURRENT PROCUREMENT
No
VI.2)CONTRACT(S) RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY COMMUNITY FUNDS
No
VI.3)ADDITIONAL INFORMATION
This contract notice does not preclude Scottish Water from issuing other contract notices for specific requirements from time to time. The contents of this Notice are sufficient for submissions of pre-qualification data; all other communications are discouraged. Responses to the OJEU Notice will be evaluated based on Section III.2 and only successful applicants following PQQ evaluation will be invited to submit a tender. Scottish Water reserves the right to divide the scope of the contract into lots at tender and contract award stages as it deems appropriate. Applicants who fail to supply all of the information requested in response to this Notice or any resulting tender exercise may risk elimination.
VI.4)PROCEDURES FOR APPEAL
VI.4.1)Body responsible for appeal procedures

See below VI.4.2

VI.4.2)Lodging of appeals
Precise information on deadline(s) for lodging appeals: In accordance with regulation 33 of The Utilities Contracts (Scotland) Regulations 2006 as amended (the Regulations) Scottish Water will incorporate a minimum of 10 calendar day standstill period between the communication of the award decision and the decision to enter into the contract with the successful tenderer. A breach of any duty owed under the Regulations is actionable by any economic operator which, in consequence of the breach, suffers, or risks suffering, loss or damage and such proceedings may be brought either the Sheriff Court or Court of Session. Any such action must be brought within 3 months from the date when grounds for the bringing of proceedings first arose unless the Court considers that there is good reason for extending the period within which proceedings may be brought.
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)DATE OF DISPATCH OF THIS NOTICE:
2.8.2011