Award

Roads and Infrastructure Maintenance and Improvement Services

NORTH LANARKSHIRE COUNCIL

This public procurement record has 4 releases in its history.

Award

12 Aug 2024 at 10:10

Tender

01 Nov 2022 at 15:00

Tender

21 Jun 2022 at 12:35

Planning

21 Sep 2021 at 14:14

Summary of the contracting process

North Lanarkshire Council has completed the procurement process for a long-term contract titled "Roads and Infrastructure Maintenance and Improvement Services." The process aims to support the Council’s ambitious regeneration and infrastructure investment programme in re-inventing North Lanarkshire. The contract, valued at £450 million and spanning over a potential 12-year term, covers a broad range of services, including reactive maintenance, routine and winter maintenance, network inspections, and various improvement projects. The procurement method adopted was a competitive procedure with negotiation, aligning with the Public Contracts (Scotland) Regulations 2015, and the contract was awarded to HOCHTIEF PPP Solutions GmbH on 12 August 2024.

This tender presents substantial opportunities for businesses involved in road maintenance, construction, and infrastructure services. Companies proficient in delivering comprehensive maintenance and improvement projects at scale would find this contract particularly advantageous. The scope includes maintenance of various infrastructure elements such as roads, car parks, and street lighting, ensuring continuous work throughout the contract duration. Additionally, businesses offering innovative solutions and efficiencies, or those engaged in winter maintenance planning, traffic management systems, and professional services, will find this project conducive to showcasing their capabilities and contributing positively to North Lanarkshire's community development goals.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Roads and Infrastructure Maintenance and Improvement Services

Notice Description

North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').

Lot Information

Lot 1

The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, for a minimum contract term of 8 years, maximum contract term of 12 years including all extensions. The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute positive social impact proportionate to the scope and value of the contract to support the Authority in meeting and exceeding the Project objectives. The estimated contract value is 450m GBP over the full contract term (including all extensions) and is based on the Authority's estimated future budgets. There is no guarantee of this level of business. Core Services to be provided will include inter alia delivery of roads Reactive Maintenance and Incident Response Services (Order Type A) and Routine Maintenance, Winter Maintenance Planning / Delivery, and Network Inspections (Order Type B). Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of Carriageways & Car Parks, Footways, Footpaths, Pedestrian Areas, Other Paved Areas & Cycle Tracks, Structures, Street Lighting, Street Furniture, Traffic Management Systems, Land and Professional Services (Order Type C) and Other Related Work (Order Type D)). The Services will be delivered to the following asset types including but not limited to: Maintenance of carriageways and car parks, footpaths and pedestrian areas, street lighting and street furniture, maintaining land and specialist assets, structures and maintaining traffic management systems; Investments/Improvements - upgrade of carriageways, traffic calming measures, paved and pedestrian areas, new infrastructure for traffic management systems, upgrades/replacement of street scene/amenity furniture, street lighting, asset surveys and provision of consultancy and investigation professional services.

Options: The Affected Properties by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Authority to remove, add, or change the roads and structures of the Affected Properties (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Authority and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the contract as at paragraph II.1.7 of this Contract Award Notice. The mechanism for changes is set out in the Procurement Documents.

Renewal: Up to four one-year performance related extensions may be earned by the Contractor to extend the core 8-year contract term. The opportunity to earn these extensions shall be considered at fixed points during the core term. The Authority may invoke discretionary extensions of up to four years beyond the core 8-year contract term, by serving 24 months prior written notice.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02e327
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025385-2024
Current Stage
Award
All Stages
Planning, Tender, Award

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
Large

Common Procurement Vocabulary (CPV)

CPV Divisions

31 - Electrical machinery, apparatus, equipment and consumables; lighting

43 - Machinery for mining, quarrying, construction equipment

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

50 - Repair and maintenance services

66 - Financial and insurance services

71 - Architectural, construction, engineering and inspection services

77 - Agricultural, forestry, horticultural, aquacultural and apicultural services

79 - Business services: law, marketing, consulting, recruitment, printing and security

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

31158100 - Battery chargers

31600000 - Electrical equipment and apparatus

43325000 - Park and playground equipment

44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

44100000 - Construction materials and associated items

44113000 - Road-construction materials

44113910 - Winter-maintenance materials

45000000 - Construction work

45112000 - Excavating and earthmoving work

45112723 - Landscaping work for playgrounds

45200000 - Works for complete or part construction and civil engineering work

45212314 - Historical monument or memorial construction work

45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences

45215400 - Cemetery works

45216125 - Emergency-services building construction work

45220000 - Engineering works and construction works

45221000 - Construction work for bridges and tunnels, shafts and subways

45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways

45223000 - Structures construction work

45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork

45233000 - Construction, foundation and surface works for highways, roads

45236000 - Flatwork

45310000 - Electrical installation work

45316000 - Installation work of illumination and signalling systems

45316110 - Installation of road lighting equipment

45340000 - Fencing, railing and safety equipment installation work

50000000 - Repair and maintenance services

50230000 - Repair, maintenance and associated services related to roads and other equipment

50232000 - Maintenance services of public-lighting installations and traffic lights

50232100 - Street-lighting maintenance services

50232110 - Commissioning of public lighting installations

50232200 - Traffic-signal maintenance services

50514200 - Repair and maintenance services of reservoirs

50870000 - Repair and maintenance services of playground equipment

66518300 - Insurance claims adjustment services

71000000 - Architectural, construction, engineering and inspection services

71200000 - Architectural and related services

71300000 - Engineering services

71400000 - Urban planning and landscape architectural services

71500000 - Construction-related services

71600000 - Technical testing, analysis and consultancy services

71700000 - Monitoring and control services

77310000 - Planting and maintenance services of green areas

79000000 - Business services: law, marketing, consulting, recruitment, printing and security

79410000 - Business and management consultancy services

90600000 - Cleaning and sanitation services in urban or rural areas, and related services

90610000 - Street-cleaning and sweeping services

90620000 - Snow-clearing services

90630000 - Ice-clearing services

90690000 - Graffiti removal services

90700000 - Environmental services

Notice Value(s)

Tender Value
£450,000,000 £100M-£1B
Lots Value
£450,000,000 £100M-£1B
Awards Value
Not specified
Contracts Value
£450,000,000 £100M-£1B

Notice Dates

Publication Date
12 Aug 20241 years ago
Submission Deadline
9 Dec 2022Expired
Future Notice Date
28 Feb 2022Expired
Award Date
11 Aug 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Upon the expiry of the Contract, the Authority will consider the available options, including whether to reprocure or put in place suitable alternate arrangements to provide the requirements. The Authority envisages deciding approximately twenty-four (24) months prior to the expiry of the Contract.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
enterpriseproject@northlan.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Supplier Information

Number of Suppliers
1
Supplier Name

HOCHTIEF PPP SOLUTIONS

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02e327-2024-08-12T11:10:21+01:00",
    "date": "2024-08-12T11:10:21+01:00",
    "ocid": "ocds-h6vhtk-02e327",
    "description": "(SC Ref:773367)",
    "initiationType": "tender",
    "tender": {
        "id": "NLC-SLP-22-064",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Roads and Infrastructure Maintenance and Improvement Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').",
        "lots": [
            {
                "id": "1",
                "description": "The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, for a minimum contract term of 8 years, maximum contract term of 12 years including all extensions. The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute positive social impact proportionate to the scope and value of the contract to support the Authority in meeting and exceeding the Project objectives. The estimated contract value is 450m GBP over the full contract term (including all extensions) and is based on the Authority's estimated future budgets. There is no guarantee of this level of business. Core Services to be provided will include inter alia delivery of roads Reactive Maintenance and Incident Response Services (Order Type A) and Routine Maintenance, Winter Maintenance Planning / Delivery, and Network Inspections (Order Type B). Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of Carriageways & Car Parks, Footways, Footpaths, Pedestrian Areas, Other Paved Areas & Cycle Tracks, Structures, Street Lighting, Street Furniture, Traffic Management Systems, Land and Professional Services (Order Type C) and Other Related Work (Order Type D)). The Services will be delivered to the following asset types including but not limited to: Maintenance of carriageways and car parks, footpaths and pedestrian areas, street lighting and street furniture, maintaining land and specialist assets, structures and maintaining traffic management systems; Investments/Improvements - upgrade of carriageways, traffic calming measures, paved and pedestrian areas, new infrastructure for traffic management systems, upgrades/replacement of street scene/amenity furniture, street lighting, asset surveys and provision of consultancy and investigation professional services.",
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "value": {
                    "amount": 450000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 4320
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Up to four one-year performance related extensions may be earned by the Contractor to extend the core 8-year contract term. The opportunity to earn these extensions shall be considered at fixed points during the core term. The Authority may invoke discretionary extensions of up to four years beyond the core 8-year contract term, by serving 24 months prior written notice."
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "The Authority intends to invite 3 Candidates to submit initial tenders. These 3 Candidates will have: a) submitted a compliant submission, comprising a completed SPD; b) passed the minimum standards in SPD Part III (Exclusion Grounds); c) passed the minimum requirements with respect to: (i) the economic and financial standing criteria in SPD Part IV.B; (ii) the quality assurance schemes and environmental management standards criteria in SPD Part IV.D; (iii) the technical and professional ability questions 4C.4, 4C.7, 4C.8.1, 4C.8.2, 4C.9, 4C.10; and (iv) the minimum scores in SPD Part IV.C; and d) achieved the first, second and third highest total overall weighted score in respect of technical and professional ability (the sum of weighted scores achieved for all of the questions) within Question Ref. 4C.1.2 of the SPD. In the event of a tie between two or more Candidates for third place, all Candidates tied in third place will be invited to submit initial tenders. For the avoidance of doubt, a tie for third place will be deemed to have occurred where two or more Candidates have an identical total overall weighted score taken to two decimal points."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "The Affected Properties by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Authority to remove, add, or change the roads and structures of the Affected Properties (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Authority and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the contract as at paragraph II.1.7 of this Contract Award Notice. The mechanism for changes is set out in the Procurement Documents."
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "31158100",
                        "description": "Battery chargers"
                    },
                    {
                        "scheme": "CPV",
                        "id": "31600000",
                        "description": "Electrical equipment and apparatus"
                    },
                    {
                        "scheme": "CPV",
                        "id": "43325000",
                        "description": "Park and playground equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44000000",
                        "description": "Construction structures and materials; auxiliary products to construction (except electric apparatus)"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44100000",
                        "description": "Construction materials and associated items"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44113000",
                        "description": "Road-construction materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "44113910",
                        "description": "Winter-maintenance materials"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45000000",
                        "description": "Construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112000",
                        "description": "Excavating and earthmoving work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45112723",
                        "description": "Landscaping work for playgrounds"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45200000",
                        "description": "Works for complete or part construction and civil engineering work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45212314",
                        "description": "Historical monument or memorial construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45215000",
                        "description": "Construction work for buildings relating to health and social services, for crematoriums and public conveniences"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45215400",
                        "description": "Cemetery works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45216125",
                        "description": "Emergency-services building construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45220000",
                        "description": "Engineering works and construction works"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45221000",
                        "description": "Construction work for bridges and tunnels, shafts and subways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45222000",
                        "description": "Construction work for engineering works except bridges, tunnels, shafts and subways"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45223000",
                        "description": "Structures construction work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45230000",
                        "description": "Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45233000",
                        "description": "Construction, foundation and surface works for highways, roads"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45236000",
                        "description": "Flatwork"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45310000",
                        "description": "Electrical installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316000",
                        "description": "Installation work of illumination and signalling systems"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45316110",
                        "description": "Installation of road lighting equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "45340000",
                        "description": "Fencing, railing and safety equipment installation work"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50230000",
                        "description": "Repair, maintenance and associated services related to roads and other equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232000",
                        "description": "Maintenance services of public-lighting installations and traffic lights"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232100",
                        "description": "Street-lighting maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232110",
                        "description": "Commissioning of public lighting installations"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50232200",
                        "description": "Traffic-signal maintenance services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50514200",
                        "description": "Repair and maintenance services of reservoirs"
                    },
                    {
                        "scheme": "CPV",
                        "id": "50870000",
                        "description": "Repair and maintenance services of playground equipment"
                    },
                    {
                        "scheme": "CPV",
                        "id": "66518300",
                        "description": "Insurance claims adjustment services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71000000",
                        "description": "Architectural, construction, engineering and inspection services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71200000",
                        "description": "Architectural and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71300000",
                        "description": "Engineering services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71400000",
                        "description": "Urban planning and landscape architectural services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71500000",
                        "description": "Construction-related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71600000",
                        "description": "Technical testing, analysis and consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "71700000",
                        "description": "Monitoring and control services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "77310000",
                        "description": "Planting and maintenance services of green areas"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79000000",
                        "description": "Business services: law, marketing, consulting, recruitment, printing and security"
                    },
                    {
                        "scheme": "CPV",
                        "id": "79410000",
                        "description": "Business and management consultancy services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90600000",
                        "description": "Cleaning and sanitation services in urban or rural areas, and related services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90610000",
                        "description": "Street-cleaning and sweeping services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90620000",
                        "description": "Snow-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90630000",
                        "description": "Ice-clearing services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90690000",
                        "description": "Graffiti removal services"
                    },
                    {
                        "scheme": "CPV",
                        "id": "90700000",
                        "description": "Environmental services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area."
                },
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2022-02-28T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 450000000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "economic",
                    "description": "Candidates shall be required to satisfy minimum standards and to provide proof of economic and financial standing. (a) in response to Question Ref 4B.4 provide a value and self-assess the risk rating for each of the nine financial ratios. Candidates do not need to provide a value for Test 9 as the Authority will independently carry out a credit check for Test 9. Financial tests will be applied on the most recent audited accounts; and (b) in response to Question Ref 4B.5.1 and 4B.5.2 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance; and (c) in response to Question Ref 4B.6 explicitly state if the Candidate is reliant upon another organisation to satisfy the Financial Tests and provide a commitment to obtain a guarantee. Where the Prime Contractor (or Lead Organisation) is seeking to rely on the economic and financial standing of a parent company (or other organisation) to satisfy the Financial Tests then the Candidate should satisfy points i to iii: (i) state this explicitly; (ii) provide a letter of commitment from the parent company (or other organisation) to provide a guarantee; and (iii) provide the financial information related to Financial Tests 1-8 in respect of the guarantor by completing Q4B.4 of the SPD. Where the Prime Contractor is itself a Joint Venture Company (JVC)/ Special Purpose Vehicle (SPV), the Authority shall seek 'joint and several' guarantees from the major shareholders of the JVC or SPV. The Authority will test the economic and financial standing of these organisations on an individual basis.",
                    "minimum": "Candidates are required to satisfy minimum standards of economic and financial standing. These are described below: Insurances In response to Question Ref 4B.5 Candidates must confirm they already have or can commit to obtain prior to commencement of the contract to obtaining the following insurances and associated financial levels: Public Liability Insurance = 25000000 GBP any one occurrence. Products Liability Insurance = 25000000 GBP any one occurrence and in the aggregate. Professional Indemnity Insurance = 10000000 GBP (any one claim and in the aggregate) for Core Services and a minimum of 10000000 GBP(each and every claim) for Core Projects and Programmes. Employers Liability Insurance = 10000000 GBP any one occurrence. The Contractor will also be required to provide any other additional types and levels of insurance that may be required for individual projects. In responding to Question Ref 4B.5.1 and 4B.5.2 of the SPD, where the Candidate ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from the Procurement. Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under Question Ref 4B.4, ratios 1-8 shall be evaluated on a risk assessment basis by determining whether the information provided falls into a Low, Medium or High Risk banding. Candidates are asked to provide information on nine individual economic and financial standing evaluation criteria, namely: Test 1: Turnover Ratio Test 2: Operating Margin Test 3: Net Debt to EBITDA Ratio Test 4: Net Debt and Net Pension Deficit to EBITDA Ratio Test 5: Net Interest Paid Cover Test 6: Acid Ratio Test 7: Net Asset Value Test 8: Group Exposure Ratio The Authority will independently carry out a credit check for Test 9. Test 9: Credit check ratings. In relation to Test 9, Candidates will be assessed against their Dun & Bradstreet (D&B) rating, specifically their Risk Indicator Score. As outlined in the ITC (Appendix 3), if this score is 4 or where a D&B report is not available, it will be assessed as High Risk, otherwise it will be assessed as Low Risk. The information submitted in response to Question 4B.4 will be assessed on an Overall Pass/Overall Fail basis in accordance with the detailed methodology set out in the ITC (Appendix 3). An assessment of Overall Fail for Question 4B.4 will result in the Candidate being excluded from the Procurement. Where the application of a single financial test generates a ratio which falls into the corresponding Low Risk band, this is assessed as a Pass for the single financial test. Where the application of a single financial test generates a ratio which falls into the corresponding Medium Risk band or High Risk band, the Authority will assess the mitigating evidence that must be provided as part of the Candidates SPD submission or as requested by the Authority.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "These questions shall be answered by Candidates and by consortiums (consortium members should not respond individually. Where a Candidate is a consortium or relying on Key-Subcontractors, a single composite response should be submitted by the Lead Organisation). Question 4C.1.2 - Candidates are required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in section II.2.4 of the Contract Notice. This question is divided into four (4) separate questions listed below. 4C.1.2 Question 1 shall be assessed on a PASS or FAIL basis. Candidates who obtain a FAIL in their response shall not be considered further in this Procurement. Questions 2 - 4 carry an overall weighting of 100%. Candidates are required to provide a response to each of the questions and must achieve an overall combined minimum (unweighted) score of six(6) for questions 2.1 to 2.3 and six (6) for questions 3.1 to 3.3. There is no minimum score requirement for question four (4). Candidates unable to meet the minimum score requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the Procurement. Question 1 - Capacity (Pass/Fail) Question 2 - Management capability (45%) Question 3 - Implementation capability (35%) Question 4 - Social/economic/environmental (20%) Candidates refer to Table 17 of the ITC (Appendix 4) for an overview of the technical and professional ability questions and weightings. Candidates refer to Tables 18 - 21 of the ITC (Appendix 4) for full definitions of the marking scheme. Question 4C.4 - Candidates shall be required to provide a statement of the relevant supply chain management and/or tracking systems used to ensure a resilient and sustainable supply chain. Candidates are required to confirm their compliance and be able to provide the appropriate documentation. Question 4C.7 - Candidates shall be required to provide details of the environmental management measures which the Bidder will be able to use when performing the contract. Candidates are required to complete the Climate Change Plan Template, detailed in 4C.7. Questions 4C.8.1, 4C.8.2 and 4C.9 - Candidates shall be required to provide details of the average annual manpower, managerial staff and relevant tools, plant or technical equipment available to you. Candidates are required to complete Response Documents detailed in Questions 4C.8.1, 4C.8.2 and 4C.9. Question 4C.10 - Candidates shall be required to provide details of the subcontractors they will use to deliver the Services and are required to complete the Response Document detailed in 4C.10 if they intend to subcontract delivery of any of the Services. Questions 4D.1 and 4D.2 - Candidates shall be required to insert suitable responses to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Candidates should specify their recognised accredited system or own non-accredited system which will ultimately be adopted if awarded the contract. Candidates are required to confirm their compliance and be able to provide the appropriate certification. The responses to Questions 4C.4, 4C.7, 4C.8.1, 4C.8.2, 4C.9, 4D.1 and 4D.2 shall each be assessed on a PASS or FAIL basis. Candidates who obtain a FAIL in any of their responses shall not be considered further in this Procurement. Question 4C.10 is for information only.",
                    "minimum": "Please refer to the ITC (Appendices 2 and 4). Each of these questions should be answered using the documents attached to each question within the PCS-T system.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Where Bidders are bidding as part of a group (e.g. a consortium), the Authority reserves the right to require Bidders to assume a specific legal form for the purpose of the award of the contract (e.g. establishing a special purpose vehicle ('SPV') to act as the Contractor). Furthermore, where a Candidate relies upon the capacities of other entities with regard to criteria relating to economic and financial standing, the Authority reserves the right to require that the Candidate and those entities to be jointly and severally liable.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "tenderPeriod": {
            "endDate": "2022-12-09T12:00:00Z"
        },
        "secondStage": {
            "invitationDate": "2023-02-28T00:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "hasRecurrence": true,
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "recurrence": {
            "description": "Upon the expiry of the Contract, the Authority will consider the available options, including whether to reprocure or put in place suitable alternate arrangements to provide the requirements. The Authority envisages deciding approximately twenty-four (24) months prior to the expiry of the Contract."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-689",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "enterpriseproject@northlan.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-2541",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament House, Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1312252595",
                "email": "supreme.courts@scotcourts.gov.uk",
                "faxNumber": "+44 1312406711"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-121300",
            "name": "HOCHTIEF PPP Solutions GmbH",
            "identifier": {
                "legalName": "HOCHTIEF PPP Solutions GmbH"
            },
            "address": {
                "streetAddress": "Alfredstrasse. 236",
                "locality": "Essen",
                "region": "DE",
                "postalCode": "45133",
                "countryName": "Germany"
            },
            "contactPoint": {
                "telephone": "+40 366488743400"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-689",
        "name": "North Lanarkshire Council"
    },
    "language": "en",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000709016"
        }
    ],
    "awards": [
        {
            "id": "025385-2024-NLC-SLP-22-064-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "suppliers": [
                {
                    "id": "GB-FTS-121300",
                    "name": "HOCHTIEF PPP Solutions GmbH"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "025385-2024-NLC-SLP-22-064-1",
            "awardID": "025385-2024-NLC-SLP-22-064-1",
            "status": "active",
            "value": {
                "amount": 450000000,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-12T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}