Contract

Planer and Paver Hire with Operator including Supplementary Plant

  • South Lanarkshire Council

F03: Contract award notice

Notice identifier: 2024/S 000-023761

Procurement identifier (OCID): ocds-h6vhtk-041c70

Published 30 July 2024, 11:47am



Section one: Contracting authority

one.1) Name and addresses

South Lanarkshire Council

Council Headquarters Almada Street

Hamilton

ML3 0AA

Contact

Steven McMichael

Email

steven.mcmichael@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.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

Planer and Paver Hire with Operator including Supplementary Plant

Reference number

SLC/CE/23/121

two.1.2) Main CPV code

  • 60182000 - Hire of industrial vehicles with driver

two.1.3) Type of contract

Services

two.1.4) Short description

South Lanarkshire Council's Roads, Transportation and Fleet Services require to appoint a suitable contractor for the Hire of Roads Planers and Pavers complete with operator including supplementary plant to undertake improvements of the Council’s Roads Network.

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: £4,430,957.80

two.2) Description

two.2.2) Additional CPV code(s)

  • 45500000 - Hire of construction and civil engineering machinery and equipment with operator
  • 60182000 - Hire of industrial vehicles with driver

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire

two.2.4) Description of the procurement

The Council will seek tenders through an Open Tender procedure under regulation 28 of the Public Contracts (Scotland) Regulations 2015.

The Form of Contract is the NEC3 Term Service Short Contract.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 30

Price - Weighting: 70

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: 2024/S 000-006982


Section five. Award of contract

Contract No

SLC/CE/23/121

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

24 July 2024

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 3

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

John McGeady Ltd

Craighead Industrial Estate, Whistleberry Road

Blantyre

G72 0TH

Telephone

+44 1414221524

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £685,015

Total value of the contract/lot: £4,430,957.80


Section six. Complementary information

six.3) Additional information

SPD Questions 3A.1 to 3A.8 Serious and Organised Crime – Information Sharing Protocol

It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime – Information Sharing Protocol form for evaluation prior to any award being made.

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 Questions 3A.1 to 3A.8: Serious and Organised Crime Declaration

SPD Question 3A.6: Modern Slavery Act 2015 Declaration

SPD Question 3C.1: Blacklisting in the Construction Industry

SPD Question 3D.11: Non-Collusion Certificate

SPD Question 4B.4 - Economic and Financial Standing - copies of your full audited accounts for the previous 2 years

SPD Question 4B.5.1: Insurance Certificates

- Employer's Liability 10000000 GBP

- Public Liability 5000000 GBP

SPD Question 4C.6: Goods Vehicle Operator’s Licence Declaration / Waste Carriers Licence / Certificate of Professional Competence (Driver CPC) including details and class of Driving License for all HGV Operators

SPD Question 4D.1 - ISO 9001 or equivalent

SPD Question 4D.2 - ISO 14001 or equivalent

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.

Under this contract bidders will be required to actively participate in the achievement of Community Benefits. A summary of the expected Community Benefits has been provided within the attachment area/technical envelope and bidders will be asked to provide details of the Community Benefits they can offer as part of their bid. The Council has calculated that the minimum total of 200 community benefit points which must be delivered under this contract. Further details are provided in the tender documents.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25517. 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 are as detailed within the tender documents.

(SC Ref:773745)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

Email

hamiltoncivil@scotcourts.gov.uk

Telephone

+44 1698282957

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is:

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

+44 1312252595

supreme.courts@scotcourts.gov.uk