Award

Glasgow City Region City Deal - Westburn Road Roundabout

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

South Lanarkshire Council is conducting a tender for the "Glasgow City Region City Deal - Westburn Road Roundabout" project, aimed at constructing a new roundabout situated at the junction of Westburn Road, Westburn Drive, and Westburn Farm Road, in South Lanarkshire. The procurement process, classified as works under a selective restricted procedure, has reached the award stage, with a total contract value of £1,101,746.47. The project includes significant tasks such as earthworks, drainage systems, road construction, and street lighting installation. The contract was signed on 5 December 2018, following the completion of the tendering process.

This contract presents a promising opportunity for companies in the civil engineering and construction sectors, particularly those with experience in road infrastructure projects. Small and medium-sized enterprises (SMEs) that specialise in earthworks, drainage solutions, and road construction will find themselves particularly well-suited to compete for similar projects, leveraging their expertise in delivering community benefits and adhering to sustainability practices. The selective procurement method indicates that the council is looking for qualified bidders, providing a competitive edge to those with proven technical capabilities in managing complex construction requirements.

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

Glasgow City Region City Deal - Westburn Road Roundabout

Notice Description

The project is to provide a new roundabout at the junction of Westburn Rd / Westburn Dr / Westburn Farm Rd. The works involve in this contract include: - earthworks for cuttings, embankments and capping to establish the road formation, - drainage including traditional pipe and gully systems, combined kerb drains and SUDs with underground storage, - Lining of existing stone culvert - carriageway construction including kerbing, type1 subbase, road construction, - street lighting including ducting, aluminium columns and LED lamps.

Lot Information

Lot 1

A restricted tendering procurement process is being adopted. Stage 1 - PQQ: A quality threshold of 70% will be applied to submissions received, the threshold will be used to reduce the bidders to a maximum of the top six bidders Stage 2 - Tender: which will be a price / quality assessment based on a 70 / 30 price quality split.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000515472
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB343822
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45233100 - Construction work for highways, roads

45233120 - Road construction works

Notice Value(s)

Tender Value
£1,000,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£1,101,746 £1M-£10M

Notice Dates

Publication Date
1 Feb 20197 years ago
Submission Deadline
27 Nov 2017Expired
Future Notice Date
Not specified
Award Date
5 Dec 20187 years ago
Contract Period
2 Jul 2018 - 18 Jan 2019 6-12 months
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Alan A Russell
Contact Email
alan.a.russell@southlanarkshire.gov.uk
Contact Phone
+44 1698454184

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

WILLS BROS CIVIL ENGINEERING

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298265
    Glasgow City Region City Deal - Westburn Road Roundabout - The project is to provide a new roundabout at the junction of Westburn Rd / Westburn Dr / Westburn Farm Rd. The works involve in this contract include: - earthworks for cuttings, embankments and capping to establish the road formation, - drainage including traditional pipe and gully systems, combined kerb drains and SUDs with underground storage, - Lining of existing stone culvert - carriageway construction including kerbing, type1 subbase, road construction, - street lighting including ducting, aluminium columns and LED lamps.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB343822
    Glasgow City Region City Deal - Westburn Road Roundabout - The project is to provide a new roundabout at the junction of Westburn Rd / Westburn Dr / Westburn Farm Rd. The works involve in this contract include: - earthworks for cuttings, embankments and capping to establish the road formation, - drainage including traditional pipe and gully systems, combined kerb drains and SUDs with underground storage, - Lining of existing stone culvert - carriageway construction including kerbing, type1 subbase, road construction, - street lighting including ducting, aluminium columns and LED lamps.

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-r6ebe6-0000515472-2019-02-01T00:00:00Z",
    "date": "2019-02-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000515472",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-79",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "Alan A Russell",
                "email": "alan.a.russell@southlanarkshire.gov.uk",
                "telephone": "+44 1698454184",
                "url": "http://www.publictenderscotland.publiccontractscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "09",
                        "description": "Education",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-324",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "name": "Alan A Russell",
                "email": "alan.a.russell@southlanarkshire.gov.uk",
                "telephone": "+44 1698454184",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-325",
            "name": "Wills Bros Civil Engineering Ltd",
            "identifier": {
                "legalName": "Wills Bros Civil Engineering Ltd"
            },
            "address": {
                "streetAddress": "Maxim 3, Maxim Business Park",
                "locality": "Motherwell",
                "region": "UK",
                "postalCode": "ML1 4WQ"
            },
            "contactPoint": {
                "telephone": "+44 1698479230",
                "faxNumber": "+44 1698479230"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-324"
    },
    "tender": {
        "id": "SLC/PS/COMENT/17/164",
        "title": "Glasgow City Region City Deal - Westburn Road Roundabout",
        "description": "The project is to provide a new roundabout at the junction of Westburn Rd / Westburn Dr / Westburn Farm Rd. The works involve in this contract include: - earthworks for cuttings, embankments and capping to establish the road formation, - drainage including traditional pipe and gully systems, combined kerb drains and SUDs with underground storage, - Lining of existing stone culvert - carriageway construction including kerbing, type1 subbase, road construction, - street lighting including ducting, aluminium columns and LED lamps.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45233100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictenderscotland.publiccontractscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-11-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT298265",
                "documentType": "contractNotice",
                "title": "Glasgow City Region City Deal - Westburn Road Roundabout",
                "description": "The project is to provide a new roundabout at the junction of Westburn Rd / Westburn Dr / Westburn Farm Rd. The works involve in this contract include: - earthworks for cuttings, embankments and capping to establish the road formation, - drainage including traditional pipe and gully systems, combined kerb drains and SUDs with underground storage, - Lining of existing stone culvert - carriageway construction including kerbing, type1 subbase, road construction, - street lighting including ducting, aluminium columns and LED lamps.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT298265",
                "format": "text/html"
            },
            {
                "id": "FEB343822",
                "documentType": "awardNotice",
                "title": "Glasgow City Region City Deal - Westburn Road Roundabout",
                "description": "The project is to provide a new roundabout at the junction of Westburn Rd / Westburn Dr / Westburn Farm Rd. The works involve in this contract include: - earthworks for cuttings, embankments and capping to establish the road formation, - drainage including traditional pipe and gully systems, combined kerb drains and SUDs with underground storage, - Lining of existing stone culvert - carriageway construction including kerbing, type1 subbase, road construction, - street lighting including ducting, aluminium columns and LED lamps.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB343822",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "A restricted tendering procurement process is being adopted. Stage 1 - PQQ: A quality threshold of 70% will be applied to submissions received, the threshold will be used to reduce the bidders to a maximum of the top six bidders Stage 2 - Tender: which will be a price / quality assessment based on a 70 / 30 price quality split.",
                "status": "complete",
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 6,
                    "maximumCandidates": 6
                },
                "selectionCriteria": {
                    "description": "From the stage 1 bidders, a maximum of the six highest compliant bidders who have achieved a minimum of 70% in the technical assessment will be taken forward to stage 2. Further information can be found in the document \"Attachment 3 - Evaluation of the PQQ\""
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "startDate": "2018-07-02T00:00:00Z",
                    "endDate": "2019-01-18T00:00:00Z"
                },
                "hasRenewal": false
            }
        ],
        "communication": {
            "atypicalToolUrl": "http://www.publictenderscotland.publiccontractscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2018-01-25T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. ESPD Questions 3A and 3C have been identified as mandatory exclusion grounds and ESPD Questions 3B and 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be dealt with on a PASS/FAIL basis. In respect of the mandatory exclusion grounds a bid will be excluded where a bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. In respect of the discretionary exclusion grounds a bid may be excluded where a bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. ESPD 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."
                },
                {
                    "type": "economic",
                    "description": "ESPD 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 ESPD 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\"? Do Keynote (where applicable) consider the bidder 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 Keynote or similar financial verification systems to validate the information provided. ESPD 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. ESPD 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."
                },
                {
                    "type": "technical",
                    "description": "ESPD Question 4C.1 Technical and Professional Ability With reference to the nature and details of the works that are the subject matter of this tender, relevant examples are to be provided of works undertaken by the bidder in the last 5 years. The conditions of contract will be NEC4 Engineering and Construction Contract (ECC), Option C. Responses should make reference to any experience of the NEC ECC Option C, other options or other NEC contracts. Experience in other forms of contract which incorporate similar principals of contract management as the NEC can be used. Answers should reference how the contract was operated under these management techniques i.e. dealing with early warnings, risk reduction, compensation events etc ESPD Question 4C.2 Technical and Professional Ability (Technicians or Technical Bodies) Responses to the question in this section should be based on, and with direct relevance to the information contained in the \"Selection Stage & Conditions of Participation\" - Project Overview Section 7. ESPD Question 4C.7 Technical and Professional Ability (Environmental Management Measures) Bidders will be required to confirm that they will employ environmental management measures that meet the following requirements:Responses to the question in this section should be based on, and with direct relevance to the information contained in the \"Selection Stage & Conditions of Participation\" - Project Overview Section 7. ESPD 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. When submitting a response to this question, Bidders should draw from previous experience of projects with similar elements, operations and restrictions."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45233120",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. ESPD Question 2D.1 Prompt Payment Certificate ESPD Question 3C.1 Blacklisting In Construction Industry Declaration ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4C.6 Goods Vehicle Operator's Licence Declaration ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Question 3A.6 Modern Slavery Act 2015 Declaration ESPD Question 4D.1 Health and Safety Questionnaire In the case of a restricted tendering procedure this information will be sought by the Council prior to the issue of the invitation to tender to the selected bidders. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the ESPD 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:572150)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000515472"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000515472"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "SLC/PS/COMENT/17/164",
            "suppliers": [
                {
                    "id": "org-325",
                    "name": "Wills Bros Civil Engineering Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "SLC/PS/COMENT/17/164",
            "awardID": "SLC/PS/COMENT/17/164",
            "status": "active",
            "value": {
                "amount": 1101746.47,
                "currency": "GBP"
            },
            "dateSigned": "2018-12-05T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "602",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "603",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}