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.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
Framework for the Provision of Vehicle Body Repairs
Reference number
SLC/PS/COMENT/22/004
two.1.2) Main CPV code
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
two.1.3) Type of contract
Services
two.1.4) Short description
The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services.
The Provision shall include Vehicle Body Repairs to the Council’s fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement.
This procurement requires to be progressed to enable operational delivery of key actions by achieving efficient and effective use of Resources in accordance with both the Council Plan and Fleet and Environmental Services Service Annual Statement.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £980,000
two.2) Description
two.2.2) Additional CPV code(s)
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
It is proposed a Framework shall be awarded via open procedure on the basis of the most economically advantageous tender(s) if possible, to a minimum of three contractors per category of vehicle.
The criteria discussed and agreed for the Framework Agreement is suppliers must meet the minimum essential requirements (SPD), those who do shall thereafter be evaluated and thereafter appointment to the Framework Agreement on the basis of MEAT, Award Criteria 40% Quality/60% Cost.
It is the intention to include all suppliers who meet the requirements on the Framework on the basis of limited supplier market and capacity. Suppliers will be ranked per category of vehicle on the Framework with works allocated on a direct award basis taking consideration of work already allocated and capacity of supplier. This process shall be fully described in a Framework User Guide.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 000-032623
Section five. Award of contract
Contract No
SLC/PS/COMENT/22/004
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
19 June 2023
five.2.2) Information about tenders
Number of tenders received: 8
Number of tenders received from SMEs: 8
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 8
Number of tenders received by electronic means: 8
The contract has been awarded to a group of economic operators: Yes
five.2.3) Name and address of the contractor
Agmors Coachwork Ltd
620 south st, Whiteinch
glasgow
G14 0TR
Country
United Kingdom
NUTS code
- UKM82 - Glasgow City
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Bustec Ltd
22 Melford Road, Bellshill
North Lanarkshire
ml4 3lr
Country
United Kingdom
NUTS code
- UKM95 - South Lanarkshire
The contractor is an SME
Yes
five.2.3) Name and address of the contractor
Riverside Truck Rental
1 Clark Way, Bellshill Ind Est
Motherwell
ML4 3NX
Country
United Kingdom
NUTS code
- UKM95 - South Lanarkshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £980,000
Section six. Complementary information
six.3) Additional information
Declarations and Certificates
In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
SPD Question 2D.1 Prompt Payment Certificate
SPD Question 3D.3 Human Rights Act Declaration
Declaration Section *Form of Tender
SPD Question 3D.11 Non-Collusion Certificate
SPD Question 4C.6 Goods Vehicle Operator’s Licence Declaration
SPD Question 4B.5.1 Insurance Certificates
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration
SPD Question 3A.6 Modern Slavery Act 2015 Declaration
*The ‘Form of Offer to Tender’ must be completed and uploaded within the relevant question in the Commercial Envelope.
In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified.
(SC Ref:738346)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street,
ha
ML3 0BT
hamiltoncivl@scotcourts.gov.uk
Telephone
+44 1698282957
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Court of Session
Parliament House
Parliament Square
Edinburgh
EH1 1RQ
+44 1312252595