Tender

Roads Material Testing

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

29 Jun 2018 at 00:00

Summary of the contracting process

South Lanarkshire Council is seeking a contractor for "Roads Material Testing" services in South Lanarkshire, focusing on accredited testing of materials such as bituminous, concrete, and aggregate. The procurement is currently at the Tender stage, with a deadline for submissions set for 20th July 2018. The procurement method is an open procedure, and the estimated contract value is £350,000. Key dates include the bid opening on 20th July 2018 and a validity period for bids ending on 16th November 2018.

This contract offers an excellent opportunity for businesses in the construction and materials testing sector, particularly those with expertise in civil engineering, quality assurance, and environmental management systems. Companies complying with technical qualifications, necessary insurance levels, and suitable financial standing will be well-positioned to compete. Additionally, the inclusion of community benefit clauses suggests that local firms that engage in apprenticeships or support local initiatives may have a competitive edge.

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 Material Testing

Notice Description

The Council has an ongoing requirement for a service provider for Roads Material Testing. The services include accredited testing of road related materials such as bituminous, concrete and aggregate materials. The Contractor shall comply with all relevant legislation and statutory requirements as appropriate to the nature of the service to be provided under the contract. This contract is covered by the NEC3 Term Service Short Contract 2013 and services will be instructed by the Employer by the issue of a Task Order on an ad-hoc basis as required by the Employer. There is no stated estimated value of the individual service packages which may result from this contract. There is no guarantee of any minimum value of work provided by the Employer. The contact will be awarded to a single contractor.

Lot Information

Lot 1

The Council has an ongoing requirement for a service provider for Roads Material Testing. The services include accredited testing of road related materials such as bituminous, concrete and aggregate materials. The Contractor shall comply with all relevant legislation and statutory requirements as appropriate to the nature of the service to be provided under the contract. This contract is covered by the NEC3 Term Service Short Contract 2013 and services will be instructed by the Employer by the issue of a Task Order on an ad-hoc basis as required by the Employer. There is no stated estimated value of the individual service packages which may result from this contract. There is no guarantee of any minimum value of work provided by the Employer. The contact will be awarded to a single contractor.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000548380
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323734
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

71 - Architectural, construction, engineering and inspection services


CPV Codes

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

71630000 - Technical inspection and testing services

Notice Value(s)

Tender Value
£350,000 £100K-£500K
Lots Value
£350,000 £100K-£500K
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Jun 20187 years ago
Submission Deadline
20 Jul 2018Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
3.5 years

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
leader@southlanarkshire.gov.uk
Contact Phone
+44 1698454793

Buyer Location

Locality
LANARK
Postcode
ML11 7JT
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
Clydesdale North
Westminster Constituency
Hamilton and Clyde Valley

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323734
    Roads Material Testing - The Council has an ongoing requirement for a service provider for Roads Material Testing. The services include accredited testing of road related materials such as bituminous, concrete and aggregate materials. The Contractor shall comply with all relevant legislation and statutory requirements as appropriate to the nature of the service to be provided under the contract. This contract is covered by the NEC3 Term Service Short Contract 2013 and services will be instructed by the Employer by the issue of a Task Order on an ad-hoc basis as required by the Employer. There is no stated estimated value of the individual service packages which may result from this contract. There is no guarantee of any minimum value of work provided by the Employer. The contact will be awarded to a single contractor.

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-r6ebe6-0000548380-2018-06-29T00:00:00Z",
    "date": "2018-06-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000548380",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-22",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Regeneration and Inclusion Services, Lanark Area Office, South Vennel",
                "locality": "Lanark",
                "region": "UKM95",
                "postalCode": "ML11 7JT"
            },
            "contactPoint": {
                "email": "leader@southlanarkshire.gov.uk",
                "telephone": "+44 1698454793"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-22"
    },
    "tender": {
        "id": "SLC/PS/COMENT/17/234",
        "title": "Roads Material Testing",
        "description": "The Council has an ongoing requirement for a service provider for Roads Material Testing. The services include accredited testing of road related materials such as bituminous, concrete and aggregate materials. The Contractor shall comply with all relevant legislation and statutory requirements as appropriate to the nature of the service to be provided under the contract. This contract is covered by the NEC3 Term Service Short Contract 2013 and services will be instructed by the Employer by the issue of a Task Order on an ad-hoc basis as required by the Employer. There is no stated estimated value of the individual service packages which may result from this contract. There is no guarantee of any minimum value of work provided by the Employer. The contact will be awarded to a single contractor.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "71630000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 350000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-07-20T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-07-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL323734",
                "documentType": "contractNotice",
                "title": "Roads Material Testing",
                "description": "The Council has an ongoing requirement for a service provider for Roads Material Testing. The services include accredited testing of road related materials such as bituminous, concrete and aggregate materials. The Contractor shall comply with all relevant legislation and statutory requirements as appropriate to the nature of the service to be provided under the contract. This contract is covered by the NEC3 Term Service Short Contract 2013 and services will be instructed by the Employer by the issue of a Task Order on an ad-hoc basis as required by the Employer. There is no stated estimated value of the individual service packages which may result from this contract. There is no guarantee of any minimum value of work provided by the Employer. The contact will be awarded to a single contractor.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL323734",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council has an ongoing requirement for a service provider for Roads Material Testing. The services include accredited testing of road related materials such as bituminous, concrete and aggregate materials. The Contractor shall comply with all relevant legislation and statutory requirements as appropriate to the nature of the service to be provided under the contract. This contract is covered by the NEC3 Term Service Short Contract 2013 and services will be instructed by the Employer by the issue of a Task Order on an ad-hoc basis as required by the Employer. There is no stated estimated value of the individual service packages which may result from this contract. There is no guarantee of any minimum value of work provided by the Employer. The contact will be awarded to a single contractor.",
                "status": "active",
                "value": {
                    "amount": 350000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "contractPeriod": {
                    "durationInDays": 1260
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2018-07-20T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 2.C.1 Reliance on the capacities of other entities. Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon ESPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the ESPD 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. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD 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. 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. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "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\"? 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. 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."
                },
                {
                    "type": "technical",
                    "description": "ESPD Question 4C.1.2 Technical and Professional With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the bidder in the last 3 years. ESPD Question 4C.2 Technical and Professional Ability (Technicians or Technical Bodies) Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ESPD Question 4C.3 Technical and Professional Ability (Technical Facilities and Measures) Bidders will be required to demonstrate that they have (or have access to) the appropriate technical facilities, study and research facilities and quality measures to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice. ESPD Question 4C.9 Technical and Professional Ability (Equipment) Please provide details of the relevant tools, plant or technical equipment available to you in relation to this procurement exercise. 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. ESPD Question 4D.1 Quality Assurance Schemes It is a requirement of this tender that the bidder recommended for award holds the following Quality Assurance scheme membership: ISO9001 Quality Management or a documented Quality Assurance Policy that as a minimum covers:- Quality Management Quality Performance Training arrangements to ensure that its workforce has sufficient skill and understanding to discharge their various responsibilities On-going procedures for monitoring Quality Management A complaints process (Further information can be found in Attachment 13 of the tender) ESPD Question 4D.2 Environmental Management Standards It is a requirement of this tender that the bidder recommended for award holds the following environmental standard/accreditation: ISO14001 Environmental Management Systems or a documented Environmental Management Standard that as a minimum covers:- Environmental Policy Environmental Management Procedures Training arrangements to ensure that its workforce has sufficient skill and understanding to discharge their various responsibilities On-going procedures for monitoring Environmental Management Performance Waste Procedures Environmental Protection Measures with Suppliers (Further information can be found in Attachment 14 of the tender)"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2018-11-16T00:00:00Z"
            }
        },
        "classification": {
            "id": "50230000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "3.5 years"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 061-134786"
        }
    ],
    "description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 10839. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Examples might include apprenticeships, school engagement programmes, sponsorship of youth football teams, supporting local sheltered workshops and social enterprises. (SC Ref:548380)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000548380"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}