Award

Road Material Testing Contract

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

19 May 2022 at 08:55

Tender

15 Feb 2022 at 15:25

Summary of the contracting process

The South Lanarkshire Council is conducting an open procurement process for the "Road Material Testing Contract", which falls under the road transport services category. This contract caters to the Council's ongoing needs for roads material testing, ensuring compliance with current standards and legislation. The tender is currently active and has a proposed contract period of three years, with the option to extend for an additional 24 months, culminating on 31 March 2027. The Council prefers to award the contract to a single supplier, and bid submissions are required to be completed electronically by the stipulated deadlines.

This tender presents significant growth opportunities for businesses specialising in road transport services, particularly those capable of delivering technical testing services. Companies that can prove compliance with various certifications and offer competitive pricing will be well-suited to participate. Additionally, small and medium-sized enterprises (SMEs) are notably welcome, as evidenced by the high number of bids from such entities in similar tenders, highlighting an inclusive approach to supplier engagement in the construction sector.

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

Road Material Testing Contract

Notice Description

The Council has an ongoing requirement for Roads Material Testing for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting and providing a fit for purpose service in line with current standards and legislation. The Service has a proposed contract period of 3 years with the option to extend for up to 24 months, running to 31 March 2027. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract.

Lot Information

Lot 1

The contract will be procured via open route and is based on the NEC3 Term Service Short Contract. The Contract will be awarded on the basis of the most economically advantageous tender received for a period of 3 years with the option to extend for a further period of up to 24 months.

Renewal: Option to extend for a further period of 24 months to 31 Marc 2027

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03176a
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013414-2022
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

60 - Transport services (excl. Waste transport)

71 - Architectural, construction, engineering and inspection services


CPV Codes

60100000 - Road transport services

71632000 - Technical testing services

Notice Value(s)

Tender Value
£400,000 £100K-£500K
Lots Value
£400,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£429,338 £100K-£500K

Notice Dates

Publication Date
19 May 20223 years ago
Submission Deadline
17 Mar 2022Expired
Future Notice Date
Not specified
Award Date
12 May 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Peter Cannon
Contact Email
peter.cannon@southlanarkshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Supplier Information

Number of Suppliers
1
Supplier Name

STANGER TESTING SERVICES

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-03176a-2022-05-19T09:55:49+01:00",
    "date": "2022-05-19T09:55:49+01:00",
    "ocid": "ocds-h6vhtk-03176a",
    "description": "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 Question 3C.1 Blacklisting in the Construction Industry Declaration Declaration Section NEC3 Form of Offer to Tender SPD Question 3D.11 Non-Collusion Certificate SPD Question 4D.1 Health and Safety Questionnaire SPD Question 4B.5.1 Insurance Certificates SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration SPD Question 4C.6 Goods Vehicle Operator's Licence SPD Question 3A.6 Modern Slavery Act 2015 Declaration *The 'Form of Offer to Tender' and NEC Contracttors Offer must be completed and uploaded within the relevant question in the Commercial Envelope. 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. (SC Ref:693961)",
    "initiationType": "tender",
    "tender": {
        "id": "SLC/PS/COMENT/21/135",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Road Material Testing Contract",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "60100000",
            "description": "Road transport services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council has an ongoing requirement for Roads Material Testing for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting and providing a fit for purpose service in line with current standards and legislation. The Service has a proposed contract period of 3 years with the option to extend for up to 24 months, running to 31 March 2027. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract.",
        "value": {
            "amount": 400000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The contract will be procured via open route and is based on the NEC3 Term Service Short Contract. The Contract will be awarded on the basis of the most economically advantageous tender received for a period of 3 years with the option to extend for a further period of up to 24 months.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "value": {
                    "amount": 400000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend for a further period of 24 months to 31 Marc 2027"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "71632000",
                        "description": "Technical testing services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "There are a number of questions/statements that have been included in the Contract Notice and within the Qualification Envelope which detail the minimum requirements that Bidders must be able to evidence for participation in this tender and ultimately will be required to evidence prior to any award being made. There are in addition further statements made that simply provide relevant information relating to the tender itself. These questions and statements form an integral part of the Single Procurement Document (the SPD) which the Council has decided to implement for all tenders in excess of 50K in value. 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. SPD Question 4A.2 Authorisation/Membership Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "minimum": "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."
                }
            ]
        },
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-03-17T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2022-03-17T12:00:00Z"
        },
        "bidOpening": {
            "date": "2022-03-17T12:00:00Z"
        },
        "hasRecurrence": false,
        "reviewDetails": "Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.uk"
    },
    "parties": [
        {
            "id": "GB-FTS-1037",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Peter Cannon",
                "email": "peter.cannon@southlanarkshire.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698282957",
                "email": "hamiltoncivl@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.scotscourts.gov.uk"
            }
        },
        {
            "id": "GB-FTS-53209",
            "name": "Stanger Testing Services Ltd",
            "identifier": {
                "legalName": "Stanger Testing Services Ltd"
            },
            "address": {
                "streetAddress": "Bogleshole Road, Cambuslang",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G72 7DD",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1037",
        "name": "South Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000683492"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "013414-2022-SLC/PS/COMENT/21/135-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-53209",
                    "name": "Stanger Testing Services Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "013414-2022-SLC/PS/COMENT/21/135-1",
            "awardID": "013414-2022-SLC/PS/COMENT/21/135-1",
            "status": "active",
            "value": {
                "amount": 429338,
                "currency": "GBP"
            },
            "dateSigned": "2022-05-13T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}