- Scope of the procurement
- Lot 1. Roads Network Improvements
- Lot 2. Roads Routine Maintenance (Labour and Plant only)
- Lot 3. Temporary Traffic Management Services
- Lot 4. Maintenance of Council Bridges and Structures
- Lot 5. Water Infrastructure Services
- Lot 6. Outdoor Infrastructure Works
- Lot 7. Groundworks
Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
Contact
Peter Cannon
peter.cannon@southlanarkshire.gov.uk
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/087191040185E97D8646
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/087191040185E97D8646
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/087191040185E97D8646
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Roads and Infrastructure Framework
Reference number
SLC/PS/COMENT/23/019
two.1.2) Main CPV code
- 45233100 - Construction work for highways, roads
two.1.3) Type of contract
Works
two.1.4) Short description
The Council’s Procurement Service require to create a new generation Multi-Disciplined Roads and Infrastructure Framework for use by primarily Community and Enterprise Resources and Housing and Technical Resources. The framework will be accessible by any resource within the Council.
The Framework Contract will be governed under the NEC3 Framework Contract April 2013 and will cover a range of works/services lots as follows:
Lot 1 - Roads Network Improvements
Lot 2 - Roads Routine Maintenance (Labour and Plant only)
Lot 3 - Temporary Traffic Management Services
Lot 4 - Maintenance of Council Bridges and Structures
Lot 5 - Water Infrastructure Services
Lot 6 - Outdoor Infrastructure Works including play
Lot 7 - Groundworks
The new framework will be procured via open procedure on the most economically advantageous tender (MEAT) criterion which enables the Council to take account of criteria that reflect qualitative, technical, and sustainable aspects of the tender submission as well as price when reaching a decision. All call-offs under the framework will be based on MEAT.
No work will be guaranteed to any Contractor under the Framework Agreement.
The Council has adopted a sequential opening process for any tender exercise conducted per the following stages:
As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements for the Lot(s) they have selected.
As part of Stage 2 the bidders will then be required to complete a Technical response based on technical specific questions related to the lot they have selected.
As part of Stage 3 the bidders will then be required to complete Commercial response based on activities associated to the Lot(s) they have selected.
As part of the tender evaluation process the Council will then request evidence from each bidder prior to any bidder being appointed to the framework. It is anticipated the Council will state the number of contractors being appointed to each lot.
two.1.5) Estimated total value
Value excluding VAT: £23,500,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Roads Network Improvements
Lot No
1
two.2.2) Additional CPV code(s)
- 45233100 - Construction work for highways, roads
- 45233139 - Highway maintenance work
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The lot includes elements of; road drainage, kerbing, ducting, surfacing, and other works associated with the maintenance of the Council's Road Network.
All call-off contracts awarded under Lot 1 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works.
All call-off contracts will be awarded via either Direct Award or Mini-competition as detailed in the Framework Information available on PCS-Tender (Attachment 4).
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Roads Routine Maintenance (Labour and Plant only)
Lot No
2
two.2.2) Additional CPV code(s)
- 45233139 - Highway maintenance work
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The lot includes the provision of labour and plant and will include elements of; road drainage, kerbing, ducting, surfacing, plant/labour associated with winter maintenance and other works associated with the maintenance of the road network.
All call-off contracts awarded from the Framework under Lot 2 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works.
All call-off contracts will be awarded via either Direct Award or Mini-competition.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £1,500,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Temporary Traffic Management Services
Lot No
3
two.2.2) Additional CPV code(s)
- 45233150 - Traffic-calming works
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The lot includes for both planned and emergency requirements includes the provision, set up, maintenance and removal of all associated equipment for the Council’s Roads operational areas.
Call-off Contracts awarded under Lot 3 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works.
All Call-off contracts will be awarded via either Direct Award or Mini-competition.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Maintenance of Council Bridges and Structures
Lot No
4
two.2.2) Additional CPV code(s)
- 45221100 - Construction work for bridges
- 71631450 - Bridge-inspection services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The lot includes various structural maintenance, repair, refurbishment and improvement schemes on publicly owned bridges, culverts and retaining walls within South Lanarkshire.
The operations to be covered may be planned, routine or reactive, as derived from programmed inspections carried out on the asset, or otherwise be undertaken on an emergency basis.
Call-off Contracts awarded under Lot 4 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and NEC3 Engineering and Construction Contract, Option B and the Method of Measurement is the Highway Works.
All Call-off contracts will be awarded via either Direct Award or Mini-competition.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £3,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Water Infrastructure Services
Lot No
5
two.2.2) Additional CPV code(s)
- 45231300 - Construction work for water and sewage pipelines
- 45232130 - Storm-water piping construction work
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The lot will be accessed by Roads, Transportation and Fleet Services and Housing and Technical Resources. The services will include the road network and domestic and commercial properties.
The lot includes conducting works/services on the South Lanarkshire surface water drainage systems, watercourses, and domestic dwellings. The works/services will include, but not be limited to: CCTV surveying, jetting, and cleaning by high pressure water, civil engineering works, investigative works, drainage etc.
Call-off Contracts awarded under Lot 5 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Method of Measurement is the Highway Works.
All Call-off contracts will be awarded via either Direct Award or Mini-competition.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £2,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Outdoor Infrastructure Works
Lot No
6
two.2.2) Additional CPV code(s)
- 45211360 - Urban development construction work
- 45212200 - Construction work for sports facilities
- 45112723 - Landscaping work for playgrounds
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The lot includes play areas, landscape development, recreation, growing (allotment) sites, burial grounds and associated infrastructure works.
The Council has prepared a sample project based on typical works package undertaken within the lot.
Contracts awarded under Lot 6 will be subject to the terms and conditions of the NEC3 Engineering and Construction Short Contract and the Standard Method of Measurement of Building Works Seven Edition revised 1998.
All call-off contracts will be awarded via Mini-competition only for all Works under this Lot.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2) Description
two.2.1) Title
Groundworks
Lot No
7
two.2.2) Additional CPV code(s)
- 45111230 - Ground-stabilisation work
- 45111240 - Ground-drainage work
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The lot includes but is not limited to excavations, concrete works, brickwork, drainage, hard/soft landscaping, piling etc. which supports the Council with programmed capital projects which include new build social housing and nursery school expansion schemes.
Call-off contracts awarded under Lot 7 will be conducted in accordance with either the SBCC Minor Works Building Contract for use in Scotland, MW/Scot (2011 Edition) or the NEC3 Engineering and Construction Short Contract or the NEC3 Engineering and Construction Contract, Option B.
Call-off contracts will be awarded via either Direct Award or Mini-competition.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 20
Price - Weighting: 80
two.2.6) Estimated value
Value excluding VAT: £5,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
SPD Question 4A.1 Trade Registers
It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.
If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD Question 4B.4 Economic and Financial Standing
The Council will use the following ratios to evaluate a bidders financial status:
Profitability – this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity – this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio.
Gearing – this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Minimum level(s) of standards required:
Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.
The Council requires bidders to pass 2 out of the 3 financial ratios above.
Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so.
The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes "marginal"?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cashflow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder's debt owed to group companies?
Is the bidder's debt due to be repaid over a number of years, and affordable?
Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?
Do the bidder's auditors (where applicable) consider it to be a "going concern"?
Do Keynote (where applicable) consider the bidder to be a "going concern"?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The Council will request submission of and assess the bidders financial accounts, and may use Keynote or similar financial verification systems to validate the information provided.
SPD Question 4B.5 Insurance
The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:
Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.
Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD Question 4C.1 Technical and Professional Ability
It is a requirement of this tender that the Bidder can demonstrate in their response to SPD question 4C.1, that they have held contracts of a similar nature, size, and value to the requirements of this project within the last five years for each LOT your organisation is tendering for.
A minimum of three relevant examples should be provided for every LOT your organisation is tendering for as detailed in SPD question 2A.18.
Reference should also be made to any experience your organisation has in relation to the form of contract relevant to each lot your organisation is tendering for. Experience in other forms of contract which incorporate similar principals of contract management as the NEC can be used.
SPD Question 4C.6 Technical and Professional Ability (Qualifications)
It is a mandatory requirement of this tender that the bidder(s) recommended for appointment can provide the following:
Goods Vehicle Operators Licence - Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot.
Waste Carriers Licence - Appropriate to Lots 1,2,4,5,6 and 7.
Certificate of Professional Competence (Driver CPC) including details and class of Driving License for all HGV Operators - Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot.
SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting)
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
SPD Question 4D.1 Quality Assurance Schemes
It is a mandatory requirement of this tender that bidders hold the following quality standard(s)/accreditation(s):
ISO 90001:2015 Quality Management System or equivalent.
Health and Safety
A Health & Safety Questionnaire must be completed and submitted when requested to do so by the Council, prior to any appointment being made. The Health and Safety Questionnaire is included in the attachment area of PCS-T for information only at this stage and doesn't require to be submitted within the Qualification Envelope.
SPD Question 4D.1 Environmental Management Standards
It is a mandatory requirement of this tender that bidders hold the following environmental standard(s)/accreditation(s):
ISO 140001:2015 Environmental Management System or equivalent.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-032648
four.2.2) Time limit for receipt of tenders or requests to participate
Date
10 March 2023
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 6 September 2023
four.2.7) Conditions for opening of tenders
Date
10 March 2023
Local time
12:00pm
Place
Council Headquarters, Hamilton
Information about authorised persons and opening procedure
Procurement Lead
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Prior to any appointment being made (unless the information has already been submitted during the procurement process), the successful bidder(s) will provide the undernoted certificates and declarations to evidence their compliance with the questions within the Qualification Envelope relating to the SPD (Scotland).
SPD Question 2D.1 Prompt Payment Certificate
SPD Question 3C.1 Blacklisting in the Construction Industry Declaration
SPD Question 3D.11 Non-Collusion Certificate
SPD Question 4D.1 ISO9001 2015 Quality Management or equivalent
SPD Question 4D.1 Health and Safety Questionnaire (Construction)
SPD Question 4D.2 ISO14001 2015 Environmental Management or equivalent
SPD Question 4B.5.1 Insurance Certificates
Employer’s Liability 10000000 GBP
Public Liability Insurance 5000000 GBP
SPD Questions 3A1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol with Police Scotland Form
SPD Question 4C.6 Goods Vehicle Operator’s Licence (Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot)
SPD Question 4C.6 Waste Carriers Licence (Required for Lots 1,2,4,5,6,7)
SPD Question 4C.6 Certificate of Professional Competence (Driver CPC) including details and class of Driving License for all HGV Operators (Appropriate to all Lots should the bidder require to operate HGV's as part of the activities associated with the lot)
SPD Question 3A.6 Modern Slavery Act 2015 Declaration
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23182. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
The Council will require the appointed contractors to agree, that as part of any awarded call-off contracts under the framework they will assist in transforming the local community through delivery of community benefits as detailed in the Framework Information (Attachment 4 on PCS-T).
The Supplier will select the CB’s that will be delivered, as outlined in CB menu contained within the Framework Information, and accumulate the required number of points by offering instances or a number of instances of each Type as they see fit to do so.
(SC Ref:720329)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
4 Beckford Street
Hamilton
ML3 0BT
Country
United Kingdom