Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Planer and Paver Hire with Operator including Supplementary Plant

  • First published: 06 March 2024
  • Last modified: 06 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-041c70
Published by:
South Lanarkshire Council
Authority ID:
AA20218
Publication date:
06 March 2024
Deadline date:
26 March 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

South Lanarkshire Council

Council Headquarters Almada Street

Hamilton

ML3 0AA

UK

Contact person: Steven McMichael

E-mail: steven.mcmichael@southlanarkshire.gov.uk

NUTS: UKM95

Internet address(es)

Main address: http://www.southlanarkshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

I.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 abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publictendersscotland.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Planer and Paver Hire with Operator including Supplementary Plant

Reference number: SLC/CE/23/121

II.1.2) Main CPV code

60182000

 

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: 2 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

45500000

60182000

II.2.3) Place of performance

NUTS code:

UKM95

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 30

Price / Weighting:  70

II.2.6) Estimated value

Value excluding VAT: 2 750 000.00  GBP

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Option to extend the contract for up to an additional 36 months.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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.

III.1.2) Economic and financial standing

Minimum level(s) of standards 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.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

SPD Question 4C.1.2 Technical and Professional Ability

Please provide a minimum of three contract award examples demonstrating your relevant experience within the past five years based on similar nature, size, and value for the Delivery of Planer and Paver hire with operator and supplementary plant based on the Service Information - Technical Specification as detailed in Attachment 6.

SPD Question 4C.6 Technical and Professional Ability (Qualifications)

It is a mandatory requirement of this tender that the bidder recommended for appointment can provide the following:

- Goods Vehicle Operators Licence

- Waste Carriers Licence

- Certificate of Professional Competence (Driver CPC) including details and class of Driving License for all HGV Operators

Bidders should confirm below whether or not they can evidence this requirement by stating Yes or No in the text response field provided.

SPD Question 4C.9 Technical and Professional Ability (Equipment)

It is a mandatory requirement of the tender and subsequent contract that the successful bidder must have the necessary plant/equipment available at the commencement of the contract.

Bidders are required to list all items of plant to be available for this contract that align with the Planer and Paver sizes required, this includes where the plant is being sub-contracted. All supplementary plant must also be listed including any additional excavation equipment used to fulfil the requirement.

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 9001:2015 Quality Management System or equivalent as per the instructional attachment.

Bidders should confirm below whether or not they can evidence this requirement by selecting Yes or No from the options list provided.

SPD Question 4D.2 Environmental Management Standards

It is a mandatory requirement of this tender that bidders hold the following environmental standard(s)/accreditation(s):

- ISO 14001:2015 Environmental Management System or equivalent as per the instructional attachment.

Bidders should confirm below whether or not they can evidence this requirement by selecting Yes or No from the options list provided.

III.2) Conditions related to the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-034739

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

Date: 26/03/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.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)

IV.2.7) Conditions for opening of tenders

Date: 26/03/2024

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The tender renewal will advertised through a PIN approximately 12 months prior to the contract end date.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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.

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

(SC Ref:759164)

VI.4) Procedures for review

VI.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

UK

Telephone: +44 1698282957

E-mail: hamiltoncivil@scotcourts.gov.uk

VI.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

VI.5) Date of dispatch of this notice

05/03/2024

Coding

Commodity categories

ID Title Parent category
45500000 Hire of construction and civil engineering machinery and equipment with operator Construction work
60182000 Hire of industrial vehicles with driver Hire of goods-transport vehicles with driver

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
steven.mcmichael@southlanarkshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.