Notice Information
Notice Title
NEC3 Term Service Short Contract for the Installation of Street Lighting Columns, Cables and associated equipment
Notice Description
The Council has an ongoing requirement to appoint a single source Contractor for the Installation of Street Lighting columns, cables and associated equipment for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting that provides the Council with a fit for purpose service in line with current standards and legislation. The works will include, installation of columns and LED's, ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013).
Lot Information
Lot 1
The Council has an ongoing requirement appoint a suitable single source contractor to provide back-up for Council's Roads and Transportation Services, Street Lighting Section. The works will include, installation of columns ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013).
Renewal: Option to extend for a further period of 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000634207
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB406523
- 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
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
34 - Transport equipment and auxiliary products to transportation
45 - Construction work
-
- CPV Codes
34928500 - Street-lighting equipment
34928510 - Street-lighting columns
45000000 - Construction work
Notice Value(s)
- Tender Value
- £1,750,000 £1M-£10M
- Lots Value
- £1,750,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,750,000 £1M-£10M
Notice Dates
- Publication Date
- 11 Feb 20215 years ago
- Submission Deadline
- 20 Nov 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Feb 20215 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Peter Cannon
- Contact Email
- joan.dimond@southlanarkshire.gov.uk, peter.cannon@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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397768
NEC3 Term Service Short Contract for the Installation of Street Lighting Columns, Cables and associated equipment - The Council has an ongoing requirement to appoint a single source Contractor for the Installation of Street Lighting columns, cables and associated equipment for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting that provides the Council with a fit for purpose service in line with current standards and legislation. The works will include, installation of columns and LED's, ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB406523
NEC3 Term Service Short Contract for the Installation of Street Lighting Columns, Cables and associated equipment - The Council has an ongoing requirement to appoint a single source Contractor for the Installation of Street Lighting columns, cables and associated equipment for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting that provides the Council with a fit for purpose service in line with current standards and legislation. The works will include, installation of columns and LED's, ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013).
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-r6ebe6-0000634207-2021-02-11T00:00:00Z",
"date": "2021-02-11T00:00:00Z",
"ocid": "ocds-r6ebe6-0000634207",
"initiationType": "tender",
"parties": [
{
"id": "org-59",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"name": "Peter Cannon",
"email": "peter.cannon@southlanarkshire.gov.uk",
"telephone": "+44 1698454184",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-60",
"name": "Hamilton Sherrif Court",
"identifier": {
"legalName": "Hamilton Sherrif Court"
},
"address": {
"streetAddress": "4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"email": "hamiltoncivil@scotcourts.gov.uk",
"telephone": "+44 1698282957",
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
},
{
"id": "org-38",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"email": "joan.dimond@southlanarkshire.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "IT Consultancy",
"scheme": "COFOG"
}
],
"url": "http://www.southlanarkshire.gov.uk"
}
},
{
"id": "org-325",
"name": "Lightways (Contractors) Limited",
"identifier": {
"legalName": "Lightways (Contractors) Limited"
},
"address": {
"streetAddress": "Unit 6 , Lochlands Industrial Estate",
"locality": "Falkirk",
"region": "UKM95",
"postalCode": "FK53NS"
},
"contactPoint": {
"telephone": "+44 1324553025"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-326",
"name": "Hamilton Sherrif Court",
"identifier": {
"legalName": "Hamilton Sherrif Court"
},
"address": {
"streetAddress": "4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"email": "hamiltoncivil@scotcourts.gov.uk",
"telephone": "+44 1698282957",
"url": "http://"
},
"roles": [
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "South Lanarkshire Council",
"id": "org-38"
},
"tender": {
"id": "SLC/PS/COMENT/20/036",
"title": "NEC3 Term Service Short Contract for the Installation of Street Lighting Columns, Cables and associated equipment",
"description": "The Council has an ongoing requirement to appoint a single source Contractor for the Installation of Street Lighting columns, cables and associated equipment for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting that provides the Council with a fit for purpose service in line with current standards and legislation. The works will include, installation of columns and LED's, ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013).",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "34928500",
"scheme": "CPV"
},
{
"id": "34928510",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1750000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-11-20T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-11-20T12:00:00Z"
},
"documents": [
{
"id": "OCT397768",
"documentType": "contractNotice",
"title": "NEC3 Term Service Short Contract for the Installation of Street Lighting Columns, Cables and associated equipment",
"description": "The Council has an ongoing requirement to appoint a single source Contractor for the Installation of Street Lighting columns, cables and associated equipment for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting that provides the Council with a fit for purpose service in line with current standards and legislation. The works will include, installation of columns and LED's, ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT397768",
"format": "text/html"
},
{
"id": "FEB406523",
"documentType": "awardNotice",
"title": "NEC3 Term Service Short Contract for the Installation of Street Lighting Columns, Cables and associated equipment",
"description": "The Council has an ongoing requirement to appoint a single source Contractor for the Installation of Street Lighting columns, cables and associated equipment for use by South Lanarkshire Council Roads and Transportation Services. There is a need to ensure continuity of provision through formal contracting that provides the Council with a fit for purpose service in line with current standards and legislation. The works will include, installation of columns and LED's, ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB406523",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Council has an ongoing requirement appoint a suitable single source contractor to provide back-up for Council's Roads and Transportation Services, Street Lighting Section. The works will include, installation of columns ducting, cables, trenching and reinstatement of trenches, electrical inspection and testing throughout the boundary of South Lanarkshire. The contract is the NEC3 Term Service Short Contract (2013).",
"status": "complete",
"value": {
"amount": 1750000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further period of 12 months"
}
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"bidOpening": {
"date": "2020-11-20T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "As detailed in Tender documents"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"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 European Single Procurement Document (the ESPD) which the Council has decided to implement for all tenders in excess of 50K GBP in value. 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 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",
"minimum": "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",
"minimum": "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. Examples should be similar to the type and value to those mentioned in the service requirements. ESPD Question 4C.6 Technical and Professional Ability (Qualifications) The bidder as a company will hold the following educational or professional qualifications: - Relevant Trade Association Membership (SELECT or equivalent) - HERS Accreditation - Goods Vehicle Operators Licence Bidders will be required to confirm that they agree to submit a completed Goods Vehicle Operators Licence declaration, SELECT or equivalent and HERS accreditation certificates when requested by the Council. ESPD Question 4C.6.1 Technical and Professional Ability (Qualifications) The bidder's managerial staff will hold the following educational or professional qualifications: - CPC and MEWP Trained - SJIB/JIB (or equivalent) registered, with both BD7671 18th Edition Wiring Regulations and ERG39 certification - All operators shall be iPAF qualified At least one approved electrician must be available for each of the two operational areas. 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. As a minimum the bidder will have access to the required equipment to deliver the works as detailed in the service requirements. 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 Bidders recommended for award completes and submits, when requested by the Council, the Health and Safety Questionnaire for evaluation prior to any award being made."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"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 3C.1 Blacklisting In Construction Industry Declaration ESPD Question 3D.3 Human Rights Act Declaration Declaration Section *NEC Form of Tender 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 Declaration Section Health and Safety Questionnaire *The 'NEC 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. (SC Ref:644098)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000634207"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000634207"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "SLC/PS/COMENT/20/036",
"suppliers": [
{
"id": "org-325",
"name": "Lightways (Contractors) Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SLC/PS/COMENT/20/036",
"awardID": "SLC/PS/COMENT/20/036",
"status": "active",
"value": {
"amount": 1750000,
"currency": "GBP"
},
"dateSigned": "2021-02-11T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "956",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "957",
"measure": "smeBids",
"value": 1,
"relatedLot": "1"
},
{
"id": "958",
"measure": "foreignBidsFromEU",
"value": 3,
"relatedLot": "1"
},
{
"id": "959",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "960",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}