Tender

Framework for the Provision of Temporary Traffic Management

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

07 Jan 2019 at 00:00

Summary of the contracting process

South Lanarkshire Council is currently in the tender stage of a public procurement process for a Framework for the Provision of Temporary Traffic Management. This contract, valued at £1.6 million, is aimed at providing essential traffic management services for both emergency and planned works in the region, specifically around the Roads operational areas north and south of the A71. The procurement method is open, allowing a wide array of bidders to participate, with a submission deadline set for 30 January 2019 at 12:00 PM. Interested parties should submit their proposals electronically via the specified online portal.

This tender presents significant opportunities for businesses specialising in traffic management, civil engineering, or related services. Companies that possess relevant qualifications, such as registration under the National Highways Sector Schemes, along with substantial experience in executing similar contracts, would find themselves well-positioned to compete. The tender’s structure encourages bidders who can not only manage technical elements effectively but also demonstrate strong financial standing and insurance coverage, making this an attractive opportunity for established firms in the industry.

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

Framework for the Provision of Temporary Traffic Management

Notice Description

South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.

Lot Information

Temporary Traffic Management - North of the A71

South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.

Temporary Traffic Management - South of the A71

South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000567912
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341420
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Framework
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

34 - Transport equipment and auxiliary products to transportation


CPV Codes

34923000 - Road traffic-control equipment

Notice Value(s)

Tender Value
£1,600,000 £1M-£10M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
7 Jan 20197 years ago
Submission Deadline
30 Jan 2019Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

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
procurement_service@southlanarkshire.gov.uk
Contact Phone
+44 03031231015

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

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341420
    Framework for the Provision of Temporary Traffic Management - South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.

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-r6ebe6-0000567912-2019-01-07T00:00:00Z",
    "date": "2019-01-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000567912",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-36",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "email": "Procurement_service@southlanarkshire.gov.uk",
                "telephone": "+44 03031231015",
                "url": "http://www.publiccontractsscotland.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"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-36"
    },
    "tender": {
        "id": "SLC/PS/COMENT/17/238",
        "title": "Framework for the Provision of Temporary Traffic Management",
        "description": "South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34923000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North of the A71"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "34923000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "South of the A71"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 1600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2019-01-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-01-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN341420",
                "documentType": "contractNotice",
                "title": "Framework for the Provision of Temporary Traffic Management",
                "description": "South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN341420",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Temporary Traffic Management - North of the A71",
                "description": "South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Elements",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "80"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            },
            {
                "id": "2",
                "title": "Temporary Traffic Management - South of the A71",
                "description": "South Lanarkshire Council has an on-going requirement for the provision of Temporary Traffic Management. The requirement is based on both emergency and planned requirements for Roads and Transportation Services. The works required shall include for the provision, set up, maintenance and removal of all associated equipment for the Council's Roads operational areas as required throughout the duration of the Framework.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Technical Elements",
                            "description": "20"
                        },
                        {
                            "type": "price",
                            "description": "80"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "hasRenewal": false
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2019-01-30T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "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 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. ESPD 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."
                },
                {
                    "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 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.",
                    "minimum": "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."
                },
                {
                    "type": "technical",
                    "description": "ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years. ESPD Question 4C.9 Technical and Professional Ability (Equipment) Bidders will be require to provide details of the relevant tools, plant or technical equipment available to them in relation to this procurement exercise. ESPD Question 4D.1 Quality Assurance Schemes Bidders must be certified and registered under the appropriate National Highways Sector Schemes",
                    "minimum": "It is a requirement of this tender that bidders can demonstrate in their response to question 4C.1.2 that they have held contracts of a similar nature, size and value in the last 3 years. A maximum of 3 examples should be provided. It is a requirement that bidders are registered under: National Highways Sector Scheme (NHSS) 12 A/B (Static Temporary Traffic Management on Motorways and High Speed Dual Carriageways including On-line Widening Schemes) NHSS 12C (Mobile Lane Closure Traffic Management on Motorways and other Dual Carriageways) NHSS 12 D (Installing, Maintaining and Removing Temporary Traffic Management on Rural and Urban Roads)"
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2019-07-31T00:00:00Z"
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 6
            }
        },
        "classification": {
            "id": "34923000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 092-208822"
        }
    ],
    "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. ESPD Question 2D.1 Prompt Payment Certificate ESPD Question 3D.11 Non-Collusion Certificate 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 Declaration Section Health and Safety Questionnaire Declaration Section *Form of Offer to Tender *The 'Form of Offer to Tender' 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 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11253. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 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: It is accepted that it is difficult to achieve any meaningful Community Benefits (CB's) via the award of a Framework due to the absence of any guarantee of spend, volume or duration. On the anniversary of the commencement of the Framework when actual expenditure is known, appointed Suppliers will be required to deliver CB's in the following year conversant to the Council's expenditure in the previous year. The amount of CB's to be delivered are calculated using the matrix defined in the tender documents. (SC Ref:567912)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000567912"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}