Notice Information
Notice Title
Roads and Infrastructure Maintenance and Improvement Services
Notice Description
North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').
Lot Information
Lot 1
The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, for a minimum contract term of 8 years, maximum contract term of 12 years including all extensions. The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute positive social impact proportionate to the scope and value of the contract to support the Authority in meeting and exceeding the Project objectives. The estimated contract value is 450m GBP over the full contract term (including all extensions) and is based on the Authority's estimated future budgets. There is no guarantee of this level of business. Core Services to be provided will include inter alia delivery of roads Reactive Maintenance and Incident Response Services (Order Type A) and Routine Maintenance, Winter Maintenance Planning / Delivery, and Network Inspections (Order Type B). Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of Carriageways & Car Parks, Footways, Footpaths, Pedestrian Areas, Other Paved Areas & Cycle Tracks, Structures, Street Lighting, Street Furniture, Traffic Management Systems, Land and Professional Services (Order Type C) and Other Related Work (Order Type D)). The Services will be delivered to the following asset types including but not limited to: Maintenance of carriageways and car parks, footpaths and pedestrian areas, street lighting and street furniture, maintaining land and specialist assets, structures and maintaining traffic management systems; Investments/Improvements - upgrade of carriageways, traffic calming measures, paved and pedestrian areas, new infrastructure for traffic management systems, upgrades/replacement of street scene/amenity furniture, street lighting, asset surveys and provision of consultancy and investigation professional services.
Options: The Affected Properties by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Authority to remove, add, or change the roads and structures of the Affected Properties (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Authority and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the contract as at paragraph II.1.7 of this Contract Award Notice. The mechanism for changes is set out in the Procurement Documents.
Renewal: Up to four one-year performance related extensions may be earned by the Contractor to extend the core 8-year contract term. The opportunity to earn these extensions shall be considered at fixed points during the core term. The Authority may invoke discretionary extensions of up to four years beyond the core 8-year contract term, by serving 24 months prior written notice.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000709016
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511858
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
43 - Machinery for mining, quarrying, construction equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
50 - Repair and maintenance services
66 - Financial and insurance services
71 - Architectural, construction, engineering and inspection services
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
31158100 - Battery chargers
31600000 - Electrical equipment and apparatus
43325000 - Park and playground equipment
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
44100000 - Construction materials and associated items
44113000 - Road-construction materials
44113910 - Winter-maintenance materials
45000000 - Construction work
45112000 - Excavating and earthmoving work
45112723 - Landscaping work for playgrounds
45200000 - Works for complete or part construction and civil engineering work
45212314 - Historical monument or memorial construction work
45215000 - Construction work for buildings relating to health and social services, for crematoriums and public conveniences
45215400 - Cemetery works
45216125 - Emergency-services building construction work
45220000 - Engineering works and construction works
45221000 - Construction work for bridges and tunnels, shafts and subways
45222000 - Construction work for engineering works except bridges, tunnels, shafts and subways
45223000 - Structures construction work
45230000 - Construction work for pipelines, communication and power lines, for highways, roads, airfields and railways; flatwork
45233000 - Construction, foundation and surface works for highways, roads
45236000 - Flatwork
45310000 - Electrical installation work
45316000 - Installation work of illumination and signalling systems
45316110 - Installation of road lighting equipment
45340000 - Fencing, railing and safety equipment installation work
50000000 - Repair and maintenance services
50230000 - Repair, maintenance and associated services related to roads and other equipment
50232000 - Maintenance services of public-lighting installations and traffic lights
50232100 - Street-lighting maintenance services
50232110 - Commissioning of public lighting installations
50232200 - Traffic-signal maintenance services
50514200 - Repair and maintenance services of reservoirs
50870000 - Repair and maintenance services of playground equipment
66518300 - Insurance claims adjustment services
71000000 - Architectural, construction, engineering and inspection services
71200000 - Architectural and related services
71300000 - Engineering services
71400000 - Urban planning and landscape architectural services
71500000 - Construction-related services
71600000 - Technical testing, analysis and consultancy services
71700000 - Monitoring and control services
77310000 - Planting and maintenance services of green areas
79000000 - Business services: law, marketing, consulting, recruitment, printing and security
79410000 - Business and management consultancy services
90600000 - Cleaning and sanitation services in urban or rural areas, and related services
90610000 - Street-cleaning and sweeping services
90620000 - Snow-clearing services
90630000 - Ice-clearing services
90690000 - Graffiti removal services
90700000 - Environmental services
Notice Value(s)
- Tender Value
- £450,000,000 £100M-£1B
- Lots Value
- £450,000,000 £100M-£1B
- Awards Value
- Not specified
- Contracts Value
- £450,000,000 £100M-£1B
Notice Dates
- Publication Date
- 12 Aug 20241 years ago
- Submission Deadline
- 9 Dec 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 12 Aug 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Upon the expiry of the Contract, the Authority will consider the available options, including whether to reprocure or put in place suitable alternate arrangements to provide the requirements. The Authority envisages deciding approximately twenty-four (24) months prior to the expiry of the Contract.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Heather Mooty
- Contact Email
- mootyh@northlan.gov.uk, stewartpa@northlan.gov.uk
- Contact Phone
- +44 1698403876
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463106
Roads and Infrastructure Maintenance and Improvement Services - North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties'). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511858
Roads and Infrastructure Maintenance and Improvement Services - North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').
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-r6ebe6-0000709016-2024-08-12T00:00:00Z",
"date": "2024-08-12T00:00:00Z",
"ocid": "ocds-r6ebe6-0000709016",
"initiationType": "tender",
"parties": [
{
"id": "org-17",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Heather Mooty",
"email": "mootyh@northlan.gov.uk",
"telephone": "+44 1698403876",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-34",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewContactPoint",
"reviewBody"
]
},
{
"id": "org-22",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "stewartpa@northlan.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"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-320",
"name": "HOCHTIEF PPP Solutions GmbH",
"identifier": {
"legalName": "HOCHTIEF PPP Solutions GmbH"
},
"address": {
"streetAddress": "Alfredstrasse. 236",
"locality": "Essen",
"region": "DE",
"postalCode": "45133"
},
"contactPoint": {
"telephone": "+40 366488743400"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-145",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-22"
},
"tender": {
"id": "NLC-SLP-22-064",
"title": "Roads and Infrastructure Maintenance and Improvement Services",
"description": "North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31158100",
"scheme": "CPV"
},
{
"id": "31600000",
"scheme": "CPV"
},
{
"id": "43325000",
"scheme": "CPV"
},
{
"id": "44000000",
"scheme": "CPV"
},
{
"id": "44100000",
"scheme": "CPV"
},
{
"id": "44113000",
"scheme": "CPV"
},
{
"id": "44113910",
"scheme": "CPV"
},
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45112000",
"scheme": "CPV"
},
{
"id": "45112723",
"scheme": "CPV"
},
{
"id": "45200000",
"scheme": "CPV"
},
{
"id": "45212314",
"scheme": "CPV"
},
{
"id": "45215000",
"scheme": "CPV"
},
{
"id": "45215400",
"scheme": "CPV"
},
{
"id": "45216125",
"scheme": "CPV"
},
{
"id": "45220000",
"scheme": "CPV"
},
{
"id": "45221000",
"scheme": "CPV"
},
{
"id": "45222000",
"scheme": "CPV"
},
{
"id": "45223000",
"scheme": "CPV"
},
{
"id": "45230000",
"scheme": "CPV"
},
{
"id": "45233000",
"scheme": "CPV"
},
{
"id": "45236000",
"scheme": "CPV"
},
{
"id": "45310000",
"scheme": "CPV"
},
{
"id": "45316000",
"scheme": "CPV"
},
{
"id": "45316110",
"scheme": "CPV"
},
{
"id": "45340000",
"scheme": "CPV"
},
{
"id": "50230000",
"scheme": "CPV"
},
{
"id": "50232000",
"scheme": "CPV"
},
{
"id": "50232100",
"scheme": "CPV"
},
{
"id": "50232110",
"scheme": "CPV"
},
{
"id": "50232200",
"scheme": "CPV"
},
{
"id": "50514200",
"scheme": "CPV"
},
{
"id": "50870000",
"scheme": "CPV"
},
{
"id": "66518300",
"scheme": "CPV"
},
{
"id": "71000000",
"scheme": "CPV"
},
{
"id": "71200000",
"scheme": "CPV"
},
{
"id": "71300000",
"scheme": "CPV"
},
{
"id": "71400000",
"scheme": "CPV"
},
{
"id": "71500000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "71700000",
"scheme": "CPV"
},
{
"id": "77310000",
"scheme": "CPV"
},
{
"id": "79000000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "90600000",
"scheme": "CPV"
},
{
"id": "90610000",
"scheme": "CPV"
},
{
"id": "90620000",
"scheme": "CPV"
},
{
"id": "90630000",
"scheme": "CPV"
},
{
"id": "90690000",
"scheme": "CPV"
},
{
"id": "90700000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the geographical boundaries of North Lanarkshire Council area."
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 450000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-12-09T12:00:00Z"
},
"documents": [
{
"id": "NOV463106",
"documentType": "contractNotice",
"title": "Roads and Infrastructure Maintenance and Improvement Services",
"description": "North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV463106",
"format": "text/html"
},
{
"id": "AUG511858",
"documentType": "awardNotice",
"title": "Roads and Infrastructure Maintenance and Improvement Services",
"description": "North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, (the 'Affected Properties').",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG511858",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, incident response services, routine maintenance, winter maintenance planning / delivery, network inspections, investment / improvement projects and programmes and other related work to the Authority's existing roads assets at scale, for a minimum contract term of 8 years, maximum contract term of 12 years including all extensions. The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute positive social impact proportionate to the scope and value of the contract to support the Authority in meeting and exceeding the Project objectives. The estimated contract value is 450m GBP over the full contract term (including all extensions) and is based on the Authority's estimated future budgets. There is no guarantee of this level of business. Core Services to be provided will include inter alia delivery of roads Reactive Maintenance and Incident Response Services (Order Type A) and Routine Maintenance, Winter Maintenance Planning / Delivery, and Network Inspections (Order Type B). Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of Carriageways & Car Parks, Footways, Footpaths, Pedestrian Areas, Other Paved Areas & Cycle Tracks, Structures, Street Lighting, Street Furniture, Traffic Management Systems, Land and Professional Services (Order Type C) and Other Related Work (Order Type D)). The Services will be delivered to the following asset types including but not limited to: Maintenance of carriageways and car parks, footpaths and pedestrian areas, street lighting and street furniture, maintaining land and specialist assets, structures and maintaining traffic management systems; Investments/Improvements - upgrade of carriageways, traffic calming measures, paved and pedestrian areas, new infrastructure for traffic management systems, upgrades/replacement of street scene/amenity furniture, street lighting, asset surveys and provision of consultancy and investigation professional services.",
"status": "complete",
"value": {
"amount": 450000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"options": {
"description": "The Affected Properties by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Authority to remove, add, or change the roads and structures of the Affected Properties (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Authority and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the contract as at paragraph II.1.7 of this Contract Award Notice. The mechanism for changes is set out in the Procurement Documents."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 4320
},
"hasRenewal": true,
"renewal": {
"description": "Up to four one-year performance related extensions may be earned by the Contractor to extend the core 8-year contract term. The opportunity to earn these extensions shall be considered at fixed points during the core term. The Authority may invoke discretionary extensions of up to four years beyond the core 8-year contract term, by serving 24 months prior written notice."
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Where Bidders are bidding as part of a group (e.g. a consortium), the Authority reserves the right to require Bidders to assume a specific legal form for the purpose of the award of the contract (e.g. establishing a special purpose vehicle ('SPV') to act as the Contractor). Furthermore, where a Candidate relies upon the capacities of other entities with regard to criteria relating to economic and financial standing, the Authority reserves the right to require that the Candidate and those entities to be jointly and severally liable."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2023-02-28T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Candidates shall be required to satisfy minimum standards and to provide proof of economic and financial standing. (a) in response to Question Ref 4B.4 provide a value and self-assess the risk rating for each of the nine financial ratios. Candidates do not need to provide a value for Test 9 as the Authority will independently carry out a credit check for Test 9. Financial tests will be applied on the most recent audited accounts; and (b) in response to Question Ref 4B.5.1 and 4B.5.2 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance; and (c) in response to Question Ref 4B.6 explicitly state if the Candidate is reliant upon another organisation to satisfy the Financial Tests and provide a commitment to obtain a guarantee. Where the Prime Contractor (or Lead Organisation) is seeking to rely on the economic and financial standing of a parent company (or other organisation) to satisfy the Financial Tests then the Candidate should satisfy points i to iii: (i) state this explicitly; (ii) provide a letter of commitment from the parent company (or other organisation) to provide a guarantee; and (iii) provide the financial information related to Financial Tests 1-8 in respect of the guarantor by completing Q4B.4 of the SPD. Where the Prime Contractor is itself a Joint Venture Company (JVC)/ Special Purpose Vehicle (SPV), the Authority shall seek 'joint and several' guarantees from the major shareholders of the JVC or SPV. The Authority will test the economic and financial standing of these organisations on an individual basis.",
"minimum": "Candidates are required to satisfy minimum standards of economic and financial standing. These are described below: Insurances In response to Question Ref 4B.5 Candidates must confirm they already have or can commit to obtain prior to commencement of the contract to obtaining the following insurances and associated financial levels: Public Liability Insurance = 25000000 GBP any one occurrence. Products Liability Insurance = 25000000 GBP any one occurrence and in the aggregate. Professional Indemnity Insurance = 10000000 GBP (any one claim and in the aggregate) for Core Services and a minimum of 10000000 GBP(each and every claim) for Core Projects and Programmes. Employers Liability Insurance = 10000000 GBP any one occurrence. The Contractor will also be required to provide any other additional types and levels of insurance that may be required for individual projects. In responding to Question Ref 4B.5.1 and 4B.5.2 of the SPD, where the Candidate ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from the Procurement. Evaluation Criteria Ratios (Question Ref. 4B.4) The financial information received under Question Ref 4B.4, ratios 1-8 shall be evaluated on a risk assessment basis by determining whether the information provided falls into a Low, Medium or High Risk banding. Candidates are asked to provide information on nine individual economic and financial standing evaluation criteria, namely: Test 1: Turnover Ratio Test 2: Operating Margin Test 3: Net Debt to EBITDA Ratio Test 4: Net Debt and Net Pension Deficit to EBITDA Ratio Test 5: Net Interest Paid Cover Test 6: Acid Ratio Test 7: Net Asset Value Test 8: Group Exposure Ratio The Authority will independently carry out a credit check for Test 9. Test 9: Credit check ratings. In relation to Test 9, Candidates will be assessed against their Dun & Bradstreet (D&B) rating, specifically their Risk Indicator Score. As outlined in the ITC (Appendix 3), if this score is 4 or where a D&B report is not available, it will be assessed as High Risk, otherwise it will be assessed as Low Risk. The information submitted in response to Question 4B.4 will be assessed on an Overall Pass/Overall Fail basis in accordance with the detailed methodology set out in the ITC (Appendix 3). An assessment of Overall Fail for Question 4B.4 will result in the Candidate being excluded from the Procurement. Where the application of a single financial test generates a ratio which falls into the corresponding Low Risk band, this is assessed as a Pass for the single financial test. Where the application of a single financial test generates a ratio which falls into the corresponding Medium Risk band or High Risk band, the Authority will assess the mitigating evidence that must be provided as part of the Candidates SPD submission or as requested by the Authority."
},
{
"type": "technical",
"description": "These questions shall be answered by Candidates and by consortiums (consortium members should not respond individually. Where a Candidate is a consortium or relying on Key-Subcontractors, a single composite response should be submitted by the Lead Organisation). Question 4C.1.2 - Candidates are required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in section II.2.4 of the Contract Notice. This question is divided into four (4) separate questions listed below. 4C.1.2 Question 1 shall be assessed on a PASS or FAIL basis. Candidates who obtain a FAIL in their response shall not be considered further in this Procurement. Questions 2 - 4 carry an overall weighting of 100%. Candidates are required to provide a response to each of the questions and must achieve an overall combined minimum (unweighted) score of six(6) for questions 2.1 to 2.3 and six (6) for questions 3.1 to 3.3. There is no minimum score requirement for question four (4). Candidates unable to meet the minimum score requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the Procurement. Question 1 - Capacity (Pass/Fail) Question 2 - Management capability (45%) Question 3 - Implementation capability (35%) Question 4 - Social/economic/environmental (20%) Candidates refer to Table 17 of the ITC (Appendix 4) for an overview of the technical and professional ability questions and weightings. Candidates refer to Tables 18 - 21 of the ITC (Appendix 4) for full definitions of the marking scheme. Question 4C.4 - Candidates shall be required to provide a statement of the relevant supply chain management and/or tracking systems used to ensure a resilient and sustainable supply chain. Candidates are required to confirm their compliance and be able to provide the appropriate documentation. Question 4C.7 - Candidates shall be required to provide details of the environmental management measures which the Bidder will be able to use when performing the contract. Candidates are required to complete the Climate Change Plan Template, detailed in 4C.7. Questions 4C.8.1, 4C.8.2 and 4C.9 - Candidates shall be required to provide details of the average annual manpower, managerial staff and relevant tools, plant or technical equipment available to you. Candidates are required to complete Response Documents detailed in Questions 4C.8.1, 4C.8.2 and 4C.9. Question 4C.10 - Candidates shall be required to provide details of the subcontractors they will use to deliver the Services and are required to complete the Response Document detailed in 4C.10 if they intend to subcontract delivery of any of the Services. Questions 4D.1 and 4D.2 - Candidates shall be required to insert suitable responses to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Candidates should specify their recognised accredited system or own non-accredited system which will ultimately be adopted if awarded the contract. Candidates are required to confirm their compliance and be able to provide the appropriate certification. The responses to Questions 4C.4, 4C.7, 4C.8.1, 4C.8.2, 4C.9, 4D.1 and 4D.2 shall each be assessed on a PASS or FAIL basis. Candidates who obtain a FAIL in any of their responses shall not be considered further in this Procurement. Question 4C.10 is for information only.",
"minimum": "Please refer to the ITC (Appendices 2 and 4). Each of these questions should be answered using the documents attached to each question within the PCS-T system."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "50000000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": true,
"recurrence": {
"description": "Upon the expiry of the Contract, the Authority will consider the available options, including whether to reprocure or put in place suitable alternate arrangements to provide the requirements. The Authority envisages deciding approximately twenty-four (24) months prior to the expiry of the Contract."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2022/S 000-030855"
}
],
"description": "(SC Ref:773367)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000709016"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000709016"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NLC-SLP-22-064",
"suppliers": [
{
"id": "org-320",
"name": "HOCHTIEF PPP Solutions GmbH"
}
],
"relatedLots": [
"1"
],
"hasSubcontracting": true
}
],
"contracts": [
{
"id": "NLC-SLP-22-064",
"awardID": "NLC-SLP-22-064",
"status": "active",
"value": {
"amount": 450000000,
"currency": "GBP"
},
"dateSigned": "2024-08-12T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "515",
"measure": "bids",
"value": 3,
"relatedLot": "1"
},
{
"id": "516",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "517",
"measure": "foreignBidsFromEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "518",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "519",
"measure": "electronicBids",
"value": 3,
"relatedLot": "1"
}
]
}
}