Tender

South Lanarkshire Council Country Parks Masterplanning

  • South Lanarkshire Council

F02: Contract notice

Notice identifier: 2023/S 000-025393

Procurement identifier (OCID): ocds-h6vhtk-03e4eb

Published 30 August 2023, 8:37am



Section one: Contracting authority

one.1) Name and addresses

South Lanarkshire Council

Council Headquarters, Almada Street

Hamilton

ML3 0AA

Contact

Tom Murphy

Email

tom.murphy@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.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/45381002018A3CC08127

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/45381002018A3CC08127

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/45381002018A3CC08127

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

South Lanarkshire Council Country Parks Masterplanning

two.1.2) Main CPV code

  • 79415200 - Design consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

South Lanarkshire Councils Community and Enterprise Resources, Enterprise and Sustainable Development Services has a requirement to appoint a suitable specialist project manager led multidisciplinary team to conduct a undertake an ambitious, visionary master planning exercise to transform access and connectivity with surrounding communities, extend dwell time, develop facilities, and most importantly enhance the visitor experience, create more inclusive use, sustainable management and promote our Country Parks as significant community assets.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 71220000 - Architectural design services

two.2.3) Place of performance

NUTS codes
  • UKM95 - South Lanarkshire
Main site or place of performance

Calderglen Country Park - East Kilbride

Chatelherault Country Park - Ferniegair

two.2.4) Description of the procurement

The Council’s vision is to improve the lives and prospects of everyone in South Lanarkshire. In this context the Council recognises the potential of Chatelherault and Calderglen Country Parks which between them attract over 1,000,000 visitors each year.

Chatelherault Country Park is a four-star rated VisitScotland tourist attraction. Key features include:

- historic and listed buildings including 18th century A listed Chatelherault Hunting Lodge designed by William Adam. Current uses include events space, café, gift shop and heritage displays

- 500 acres of countryside and woodland

- ten miles of routed pathways

- active travel connections, the National Cycle Network Route 74 passes through the Park

- adventure playground

- picnic facilities

The park is located 2.5km from Hamilton. The main entrance to the park is within the village of Ferniegair on the A72 Hamilton, Larkhall / Lanark, Clyde Valley tourist route and is a short drive from the M74 (Junction 7).

Calderglen Country Park is a three-star rated Visit Scotland tourist attraction. Key features include:

- historic and listed buildings currently utilised as exhibition space, rangers station and café.

- a scenic wooded glen extending 5 miles

- eight miles of nature trails and walks

- a children's zoo

- tropical glasshouse including gift shop

- ornamental gardens

- adventure playground

- picnic facilities

The park is located on the outskirts of East Kilbride approximately 2km from the town centre. The main entrance to the park is off Strathaven Road (A726).

The appointed Consultant will be provided with copies of any relevant reports and studies to assist with the work programme.

If there is existing information available on the site, including topographical survey, site investigation report and existing site Services, the Consultant takes full responsibility for developing this information as a basis for design proposals, verifying if the information is current and ensuring changes are updated. The Client makes no representation to the accuracy or completeness of any such information and it shall always be for the Consultant to satisfy themselves as to the accuracy or completeness of such information.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 60

Price - Weighting: 40

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

7 November 2023

End date

30 May 2024

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.2.14) Additional information

Further comprehensive information available on the Public Contract Scotland Tender platform for this project, please see additional attachments area for further information on the scope of services, as well as contract documentation.


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 a financial verification systems to validate the information provided.

Minimum level(s) of standards possibly required

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:

Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each and every claim, without limit to the number of claims, and/or in the aggregate (if each and every claim cover cannot be secured).

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.

The Consultants total liability to the Employer for all matters arising under or in connection with this contract, other than excluded matter, is limited to 10000000 GBP.

The Council will not make any amendments to the insurance and liability levels stipulated above and within the tender documentation.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPD Question 4C.1.2 Technical and Professional Ability

Please provide a minimum of three examples illustrating your relevant experience within the past five years in the delivery of commissions similar to the scope, nature, and value, of requirements outlined within the NEC3 Scope.

Any information provided should be specific to the requirements of this contract as detailed within the NEC3 Scope and shall be inclusive of contract form, value and duration.

Reference should also be made to any experience your organisation has in relation to the NEC3/4 Professional Services contract.

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.


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: 2023/S 000-021363

four.2.2) Time limit for receipt of tenders or requests to participate

Date

26 September 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: 22 March 2024

four.2.7) Conditions for opening of tenders

Date

26 September 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

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.

SPD Question 2D.1 - Prompt Payment Certificate

SPD Questions 3A.1 to 3A.8 - Organised Crime Declaration

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

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 – Professional Indemnity, Employers Liability and Public Liability

Attachment Area - Health and Safety Questionnaire (Designer)

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_24874. The ITT code is 45495. For more information

see:https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/45381002018A3CC08127

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24874. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

A summary of the expected community benefits has been provided as follows:

The Council has calculated that the minimum total of 60 community benefit points which must be delivered under this contract.

Evaluators will allocate scores to the response to each Community Benefits (Section 2.3 of the ITT) question in accordance with the scoring guidance detailed within the Evaluation of Tenders document contained within the general attachments area of the ITT.

(SC Ref:742999)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street,

Hamilton

ML3 0BT

Email

hamiltoncivl@scotcourts.gov.uk

Telephone

+44 1698282957

Country

United Kingdom