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