Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street, Almada Street
Hamilton
ML3 0AA
Contact
Steven McMichael
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk/
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/
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 Light & Heavy Vehicle Repairs (Mechanical and Electrical) including Servicing and MOTs
Reference number
SLC/CE/25/085
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
These services will be delivered to the Council’s Community and Enterprise Resources Roads, Transportation and Fleet Services for the purposes of servicing and repairing the Council’s fleet of vehicles and plant. This will include mechanical and electrical repairs, and servicing and MOTs to the Council’s fleet of approximately 1700 vehicles. All repairs shall be covered by appointed contractors where the Council does not have an in house capacity to undertake this requirement.
Service Requirement
To cover the range of Vehicle Repairs, Service and MOTs required under a Framework Agreement the Council is looking to appoint several service providers to accommodate the Council’s vehicle fleet and plant.
This will be based on the following categories of vehicle:
- Cars / Car Derived Vans (to typically include all cars, small trailers, small and medium vans)
- Light Goods Vehicles (LGV) up to 3,500kg
- Goods Vehicles/Passenger Vehicles in excess of 3500kg
- Buses
- Plant, e.g. Forklifts and Lifting Plant.
And covers: -
- MOT – Both Heavy and Light Vehicles
- Servicing – Both Heavy and Light Vehicles
- Mechanical and Electrical Repair – Both Heavy and Light Vehicle
- Engine Repair/Replacement – Both Heavy and Light Vehicle
- Plant Repair and Servicing – e.g. Forklifts and Lifting Plant.
two.1.5) Estimated total value
Value excluding VAT: £4,000,000
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
Light Vehicles/Minibuses (up to 3.5T)
Lot No
1
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 50116200 - Repair and maintenance services of vehicle brakes and brake parts
- 50116300 - Repair and maintenance services of vehicle gearboxes
- 50116400 - Repair and maintenance services of vehicle transmissions
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council have the option to extend for up to 24 months
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
Sub Lot 1.1: Mechanical Repair
Sub Lot 1.2: Electrical Repair
Sub Lot 1.3: Servicing & MOT
two.2) Description
two.2.1) Title
Heavy Vehicles/Minibuses (Over 3.5T)
Lot No
2
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 50116200 - Repair and maintenance services of vehicle brakes and brake parts
- 50116300 - Repair and maintenance services of vehicle gearboxes
- 50116400 - Repair and maintenance services of vehicle transmissions
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council have the option to extend for up to 24 months
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
Sub Lot 2.1: Mechanical Repair
Sub Lot 2.2: Electrical Repair
Sub Lot 2.3: Servicing Only
two.2) Description
two.2.1) Title
Plant
Lot No
3
two.2.2) Additional CPV code(s)
- 50100000 - Repair, maintenance and associated services of vehicles and related equipment
- 50110000 - Repair and maintenance services of motor vehicles and associated equipment
- 50116000 - Maintenance and repair services related to specific parts of vehicles
- 50116200 - Repair and maintenance services of vehicle brakes and brake parts
- 50116300 - Repair and maintenance services of vehicle gearboxes
- 50116400 - Repair and maintenance services of vehicle transmissions
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
two.2.4) Description of the procurement
The Framework will be procured in accordance with the procedures laid down in Regulation 34 of The Public Contracts (Scotland) Regulations 2015.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40
Price - Weighting: 60
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Council have the option to extend for up to 24 months
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
Sub Lot 3.1: Mechanical Repair
Sub Lot 3.2: Electrical Repair
Sub Lot 3.3: Servicing Only
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 2.C.1 Reliance on the capacities of other entities
Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon.
SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely
Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria.
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
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
Minimum level(s) of standards possibly required
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.
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"?
- 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 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.
- Combined Motor Trade Insurance
three.1.3) Technical and professional ability
Minimum level(s) of standards possibly required
SPD Question 4C.1.2 Technical and Professional Ability
It is a requirement of this tender that the Bidder can demonstrate that they have carried out services of a similar type and value to those mentioned in the service requirements for the lot(s) they are bidding for, within the last 3 years.
SPD Question 4C.6 Qualifications
It is a mandatory requirement of this tender that the bidder recommended for award can provide evidence of your organisations industry accreditation or membership of industry recognition schemes relevant to the mechanical / electrical repair, servicing and MOT of motor vehicles. Manufacture franchise approvals will also be considered.
Example Evidence includes but not limited to: -
City & Guilds Institute London (CGIL)
SVQ
NVQ
IMI
Institute of Road Transport Engineers (IRTE)
Valid DVSA MOT centre
Bidders should confirm below whether or not they can evidence this requirement
SPD Question 4C.9 Equipment
It is a mandatory requirement of the tender and subsequent contract that the bidder can provide evidence that they have all relevant tools and equipment available for the service(s) you are bidding for at the commencement of the contract.
SPD Question 4C.10 Subcontracting
Bidders are required to provide details of the proportion (i.e percentage) of the contract that they intend to subcontract.
SPD Question 4D.1 Quality Assurance Scheme
It is a requirement of the contract that the bidder(s) recommended for award
holds the following quality standards/accreditation or equivalent.
ISO9001:2015
or
The Motor Ombudsman’s Service and Repair Code of Practice
Bidders should confirm below whether or not they can evidence this requirement
SPD Question 4D.2 Environmental Management Standards
It is a requirement of the contract that the bidder(s) recommended for award
holds the following environmental standards/accreditation or equivalent.
ISO14001:2015
Bidders should confirm below whether or not they can evidence this requirement
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
Framework will not exceed 4 years.
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: 2025/S 000-061683
four.2.2) Time limit for receipt of tenders or requests to participate
Date
16 January 2026
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
Duration in months: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
16 January 2026
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: Renewal of the Framework will commence prior to the conclusion of this Framework.
If the Council do not take up the extension option, renewal will commence 2027. If the extension option is exercised, renewal will commence 2029.
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Aligned Tender Training will be available via a Webinar for bidder’s seeking assistance with the tender process.
The Aligned Tender Training will be hosted by the Supplier Development Programme (“SDP”) on Thursday 11 December 2025 at 10:30am-12:00pm
Link - https://www.sdpscotland.co.uk/events/aligned-tender-training-1957/
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 Questions 3A1 to 3A.8 - Serious and Organised Crime – Information Sharing Protocol with Police Scotland Form
SPD Question 3D.11 - Non-Collusion Certificate
SPD Question 4B.5.1 -Insurance Certificates
- Employer’s Liability - 10000000. GBP
- Public Liability - 50000000 GBP
- Combined Motor Trade Insurance
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30280. For more information see:
http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30280. 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:
A summary of the expected community benefits are as detailed within the tender documents.
(SC Ref:817258)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
hamiltoncivil@scotcourts.gov.uk
Telephone
+44 1698282957
Country
United Kingdom
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