Notice Information
Notice Title
Anti-Skid Surfacing, Road Markings and Reflective Studs Contract
Notice Description
South Lanarkshire Council has an ongoing requirement for the application of Anti-Skid Surfacing, Thermoplastic Line Marking, Installation of Road Studs, Cats Eyes and Pedestrian Crossing Studs for use by South Lanarkshire Council Roads and Transportation Services. The proposed contract period of 4 years with the option to extend for a further period of 12 months. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract.
Lot Information
Lot 1
The contract will be procured via open route and is based on the NEC3 Term Service Short Contract. The Contract will be awarded on the basis of the most economically advantageous tender.
Renewal: Option to extend for a further period of up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000671304
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR443304
- 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
34922100 - Road markings
45233141 - Road-maintenance works
45233251 - Resurfacing works
Notice Value(s)
- Tender Value
- £2,250,000 £1M-£10M
- Lots Value
- £2,250,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,250,000 £1M-£10M
Notice Dates
- Publication Date
- 14 Mar 20223 years ago
- Submission Deadline
- 22 Nov 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 20 Jan 20224 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
- 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=OCT431192
Anti-Skid Surfacing, Road Markings and Reflective Studs Contract - South Lanarkshire Council has an ongoing requirement for the application of Anti-Skid Surfacing, Thermoplastic Line Marking, Installation of Road Studs, Cats Eyes and Pedestrian Crossing Studs for use by South Lanarkshire Council Roads and Transportation Services. The proposed contract period of 4 years with the option to extend for a further period of 12 months. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR443304
Anti-Skid Surfacing, Road Markings and Reflective Studs Contract - South Lanarkshire Council has an ongoing requirement for the application of Anti-Skid Surfacing, Thermoplastic Line Marking, Installation of Road Studs, Cats Eyes and Pedestrian Crossing Studs for use by South Lanarkshire Council Roads and Transportation Services. The proposed contract period of 4 years with the option to extend for a further period of 12 months. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract.
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-r6ebe6-0000671304-2022-03-14T00:00:00Z",
"date": "2022-03-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000671304",
"initiationType": "tender",
"parties": [
{
"id": "org-51",
"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-52",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"email": "hamiltoncivl@scotcourts.gov.uk",
"telephone": "+44 1698282957",
"url": "http://www.scotscourts.gov.uk"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-217",
"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",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "03",
"description": "Public order and safety",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "06",
"description": "Housing and community amenities",
"scheme": "COFOG"
}
],
"url": "http://www.southlanarkshire.gov.uk"
}
},
{
"id": "org-366",
"name": "Markon Limited",
"identifier": {
"legalName": "Markon Limited"
},
"address": {
"streetAddress": "antonine house, 6-10 Dunnswood Rd, Wardpark South",
"locality": "Cumbernauld",
"region": "UKM95",
"postalCode": "g67 3EN"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-48",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "South Lanarkshire Council",
"id": "org-217"
},
"tender": {
"id": "SLC/PS/COMENT/21/002",
"title": "Anti-Skid Surfacing, Road Markings and Reflective Studs Contract",
"description": "South Lanarkshire Council has an ongoing requirement for the application of Anti-Skid Surfacing, Thermoplastic Line Marking, Installation of Road Studs, Cats Eyes and Pedestrian Crossing Studs for use by South Lanarkshire Council Roads and Transportation Services. The proposed contract period of 4 years with the option to extend for a further period of 12 months. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45233251",
"scheme": "CPV"
},
{
"id": "34922100",
"scheme": "CPV"
},
{
"id": "45233141",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 2250000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-11-22T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-11-22T12:00:00Z"
},
"documents": [
{
"id": "OCT431192",
"documentType": "contractNotice",
"title": "Anti-Skid Surfacing, Road Markings and Reflective Studs Contract",
"description": "South Lanarkshire Council has an ongoing requirement for the application of Anti-Skid Surfacing, Thermoplastic Line Marking, Installation of Road Studs, Cats Eyes and Pedestrian Crossing Studs for use by South Lanarkshire Council Roads and Transportation Services. The proposed contract period of 4 years with the option to extend for a further period of 12 months. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT431192",
"format": "text/html"
},
{
"id": "MAR443304",
"documentType": "awardNotice",
"title": "Anti-Skid Surfacing, Road Markings and Reflective Studs Contract",
"description": "South Lanarkshire Council has an ongoing requirement for the application of Anti-Skid Surfacing, Thermoplastic Line Marking, Installation of Road Studs, Cats Eyes and Pedestrian Crossing Studs for use by South Lanarkshire Council Roads and Transportation Services. The proposed contract period of 4 years with the option to extend for a further period of 12 months. The Council's preference is for a contract awarded to a single Supplier where acceptable bids are received. The contract will be based on the NEC3 Term Service Short Contract.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR443304",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The contract will be procured via open route and is based on the NEC3 Term Service Short Contract. The Contract will be awarded on the basis of the most economically advantageous tender.",
"status": "complete",
"value": {
"amount": 2250000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for a further period of up to 12 months"
}
}
],
"bidOpening": {
"date": "2021-11-22T12:00:00Z"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "There are a number of questions/statements that have been included in the Contract Notice and within the Qualification Envelope which detail the minimum requirements that Bidders must be able to evidence for participation in this tender and ultimately will be required to evidence prior to any award being made. There are in addition further statements made that simply provide relevant information relating to the tender itself. These questions and statements form an integral part of the Single Procurement Document (the SPD) which the Council has decided to implement for all tenders in excess of 50K in value. SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. SPD Questions 3A and 3C have been identified as mandatory exclusion grounds and SPD 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. SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
},
{
"type": "economic",
"minimum": "SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
},
{
"type": "technical",
"description": "SPD Question 4C.1 Technical and Professional Ability It is a requirement of this tender that the Bidder can demonstrate in their response to question 4C.1, that they have held contracts of a similar nature, size, and value to the requirements of this project within the last five years. A minimum of 3 examples and a maximum of 5 should be provided. Examples for the question in this section should be based on, and with direct relevance to the information in the Contract Notice and Tender Documents. Bidders are advised to review this information prior to submitting their response. The conditions of contract will be NEC3 Term Service Short Contract April 2013 . Responses below should also make reference to any experience of the NEC TSSC, 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 The Council reserves the right to verify any information supplied with the relevant Company/Authority. SPD Question 4C.2.1 Technical and Professional Ability It is a mandatory requirement of the tender and subsequent contract that the successful bidder must be able to comply with the defect periods detailed within the Z21 of the Contract Data document. It is a mandatory requirement that each Anti Skid Surfacing System has a current British Board of Agreement (BBA HAPAS) certificate and your organisation and/or sub-contractor is an approved certified installer of the system. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. SPD 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 Contract Notice.",
"minimum": "SPD Question 4C.4 Technical and Professional Ability (Supply Chain Management / Tracking Systems) Bidders will be required to confirm that they have (or have access to) the relevant supply chain management and tracking systems used by them to deliver the types of requirements detailed in II.2.4 in the Contract Notice. SPD Question 4C.6 Technical and Professional Ability (Qualifications) It is a requirement of this tender that the bidder recommended for award submits when requested to by the Council, details and class of driving license for all HGV operators including Certificate of Professional Competence (Driver CPC). It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Goods Vehicle Operator's Licence declaration prior to any award being made. The Goods Vehicle Operator's Licence declaration is included in the attachments area for information only at this stage and does not require to be submitted within the Qualification or Technical Envelopes. - Details and class of driving license for all HGV operators including Certificate of Professional Competence (Driver CPC). - Goods Vehicle Operator's Licence declaration. SPD Question 4C.9 Technical and Professional Ability (Equipment) It is a mandatory requirement of the tender and subsequent contract that the successful bidder must have the required tools, plant and equipment available to complete the Works as detailed n the tender documents at the commencement of the contract. SPD 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. SPD Question 4C.11 Technical and Professional Ability (Samples) Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity SPD Question 4C.11.1 Technical and Professional Ability (Samples Certificates of Authenticity) The bidder must confirm that they will provide certificates of authenticity where required. SPD Question 4D.1 Quality Assurance Schemes It is a mandatory requirement of this tender that bidders hold the following quality standard(s)/accreditation(s): ISO 90001:2015 Quality Management System or equivalent It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Health and Safety Questionnaire for evaluation prior to any award being made. SPD Question 4D.2 Environmental Management Standards It is a mandatory requirement of this tender that bidders hold the following environmental standard(s)/accreditation(s): ISO 140001:2015 Environmental Management System or equivalent"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45233251",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.uk",
"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. In a restricted tendering procedure, prior to the issue of invitation to tender, the bidders who are being recommended for issue of tenders 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 the Construction Industry Declaration Declaration Section NEC3 Form of Tender ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4D.1 Health and Safety Questionnaire (Construction) ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Question 4C.6 Details and Class of Driving License for HGV Operators including Certificate of Professional Competence (Driver CPC) ESPD Question 4C.6 Goods Vehicle Operator's Licence ESPD Question 3A.6 Modern Slavery Act 2015 Declaration *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 SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. (SC Ref:686769)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000671304"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000671304"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "SLC/PS/COMENT/21/002",
"suppliers": [
{
"id": "org-366",
"name": "Markon Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "SLC/PS/COMENT/21/002",
"awardID": "SLC/PS/COMENT/21/002",
"status": "active",
"value": {
"amount": 2250000,
"currency": "GBP"
},
"dateSigned": "2022-01-20T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1226",
"measure": "bids",
"value": 4,
"relatedLot": "1"
},
{
"id": "1227",
"measure": "smeBids",
"value": 3,
"relatedLot": "1"
},
{
"id": "1228",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1229",
"measure": "foreignBidsFromNonEU",
"value": 4,
"relatedLot": "1"
},
{
"id": "1230",
"measure": "electronicBids",
"value": 4,
"relatedLot": "1"
}
]
}
}