Notice Information
Notice Title
SLC Ground Investigation Framework
Notice Description
South Lanarkshire Council's Roads and Transportation and Fleet Services and Housing and Technical Resources, require contractors to form part of a framework to carry out ground investigation works within South Lanarkshire Geographical area. The Specification referred to in the Tender shall be the 'Specification for Ground Investigation' published by The Stationery Office as Volume 5 Section 3 of the Manual of Contract Documents for Highway Works
Lot Information
Lot 1
South Lanarkshire Council are inviting Bidders to participate in an open procurement exercise with a view to appointing contractors onto a framework for the provision of groundwork investigations. This framework will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria under regulation 28 of the Public Contracts (Scotland) Regulations 2015 which enables the Council to take account of criteria that reflect qualitative technical aspects of the tender submission as well as price when reaching an awarding decision. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. As part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the contract including Fair Work First and Community Benefits. As part of Stage 3 the bidders will then be required to complete a Commercial response based on services required. As part of the tender evaluation process the Council will then request evidence from the recommended bidders prior to being appointed. It is anticipated that the form of contract will be The NEC3 Framework Contract (April 2013). The is anticipated that the framework term will be for 4 years with no option to extend.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000779616
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC520773
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45111250 - Ground investigation work
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
- 20 Dec 20241 years ago
- Submission Deadline
- 28 Jan 2025Expired
- Future Notice Date
- 9 Dec 2024Expired
- 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
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- SOUTH LANARKSHIRE COUNCIL
- Contact Name
- Sarah Marshall
- Contact Email
- adam.tierney@southlanarkshire.gov.uk, sarah.marshall@southlanarkshire.gov.uk
- Contact Phone
- Not specified
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=OCT515483
SLC Ground Investigation Framework - South Lanarkshire Council's Roads and Transportation Services and Housing and Technical Resources, required contractors to form part of a framework to carry out ground investigation works within South Lanarkshire Geographical area. The Specification referred to in the Tender shall be the 'Specification for Ground Investigation' published by The Stationery Office as Volume 5 Section 3 of the Manual of Contract Documents for Highway Works -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC520773
SLC Ground Investigation Framework - South Lanarkshire Council's Roads and Transportation and Fleet Services and Housing and Technical Resources, require contractors to form part of a framework to carry out ground investigation works within South Lanarkshire Geographical area. The Specification referred to in the Tender shall be the 'Specification for Ground Investigation' published by The Stationery Office as Volume 5 Section 3 of the Manual of Contract Documents for Highway Works
Notice URLs
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-r6ebe6-0000779616-2024-12-20T00:00:00Z",
"date": "2024-12-20T00:00:00Z",
"ocid": "ocds-r6ebe6-0000779616",
"initiationType": "tender",
"parties": [
{
"id": "org-4",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "Council Headquarters, Almada Street, Almada Street",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"email": "adam.tierney@southlanarkshire.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "10",
"description": "Social protection",
"scheme": "COFOG"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.southlanarkshire.gov.uk"
}
},
{
"id": "org-24",
"name": "South Lanarkshire Council",
"identifier": {
"legalName": "South Lanarkshire Council"
},
"address": {
"streetAddress": "12th Floor",
"locality": "Hamilton",
"region": "UKM95",
"postalCode": "ML3 0AA"
},
"contactPoint": {
"name": "Sarah Marshall",
"email": "Sarah.marshall@southlanarkshire.gov.uk",
"url": "https://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-25",
"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://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "South Lanarkshire Council",
"id": "org-24"
},
"planning": {
"documents": [
{
"id": "OCT515483",
"documentType": "plannedProcurementNotice",
"title": "SLC Ground Investigation Framework",
"description": "South Lanarkshire Council's Roads and Transportation Services and Housing and Technical Resources, required contractors to form part of a framework to carry out ground investigation works within South Lanarkshire Geographical area. The Specification referred to in the Tender shall be the 'Specification for Ground Investigation' published by The Stationery Office as Volume 5 Section 3 of the Manual of Contract Documents for Highway Works",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT515483",
"format": "text/html"
}
]
},
"tender": {
"id": "SLC/CE/24/002",
"title": "SLC Ground Investigation Framework",
"description": "South Lanarkshire Council's Roads and Transportation and Fleet Services and Housing and Technical Resources, require contractors to form part of a framework to carry out ground investigation works within South Lanarkshire Geographical area. The Specification referred to in the Tender shall be the 'Specification for Ground Investigation' published by The Stationery Office as Volume 5 Section 3 of the Manual of Contract Documents for Highway Works",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45111250",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM95"
},
{
"region": "UKM95"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1600000,
"currency": "GBP"
},
"mainProcurementCategory": "works",
"lots": [
{
"id": "1",
"description": "South Lanarkshire Council are inviting Bidders to participate in an open procurement exercise with a view to appointing contractors onto a framework for the provision of groundwork investigations. This framework will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria under regulation 28 of the Public Contracts (Scotland) Regulations 2015 which enables the Council to take account of criteria that reflect qualitative technical aspects of the tender submission as well as price when reaching an awarding decision. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. As part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the contract including Fair Work First and Community Benefits. As part of Stage 3 the bidders will then be required to complete a Commercial response based on services required. As part of the tender evaluation process the Council will then request evidence from the recommended bidders prior to being appointed. It is anticipated that the form of contract will be The NEC3 Framework Contract (April 2013). The is anticipated that the framework term will be for 4 years with no option to extend.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": false
}
],
"communication": {
"futureNoticeDate": "2024-12-09T00:00:00Z"
},
"coveredBy": [
"GPA"
],
"classification": {
"id": "45111250",
"scheme": "CPV"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2025-01-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-01-28T12:00:00Z"
},
"documents": [
{
"id": "DEC520773",
"documentType": "contractNotice",
"title": "SLC Ground Investigation Framework",
"description": "South Lanarkshire Council's Roads and Transportation and Fleet Services and Housing and Technical Resources, require contractors to form part of a framework to carry out ground investigation works within South Lanarkshire Geographical area. The Specification referred to in the Tender shall be the 'Specification for Ground Investigation' published by The Stationery Office as Volume 5 Section 3 of the Manual of Contract Documents for Highway Works",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC520773",
"format": "text/html"
}
],
"bidOpening": {
"date": "2025-01-28T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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 58 of the Public Contracts (Scotland) Regulations 2015. SPD Questions 3A - 3C have been identified as mandatory exclusion grounds and SPD 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. 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",
"minimum": "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 below, 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 three relevant examples should be provided. Reference should also be made to any experience your organisation has in relation to the NEC3 form of contract. Experience in other forms of contract which incorporate similar principals of contract management as the NEC3 can be used. SPD Question 4C.6 Technical and Professional Ability (Qualifications) t is a mandatory requirement of this tender that the bidder recommended for award holds prescribed qualifications in accordance with the New Roads and Street Works Act 1991. All works covered by the above Act shall be: a) supervised by a person having a prescribed qualification as a supervisor and b) staffed such that there is at all times when work is in progress at least one person with a prescribed qualification as a trained operative. The qualifications of supervisors and operatives shall be conferred by a body approved in terms of the New Roads and Street Works Act 1991 and recognised by the Roads Authorities and Utilities Committee Scotland (RAUC(S)). Additionally, Plant operators must have successfully completed a Construction Industry Training Board (CITB) recognised training scheme (or similar accepted by the Employer) for the particular plant they are operating. SPD 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. 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 4D.1 Quality Assurance Schemes It is a mandatory requirement of this tender that bidders hold the following quality standard(s)/accreditation(s): UKAS ISO/IEC 17025:2017 accredited laboratories BS 5930 testing standards"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"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. SPD Question 2D.1 Prompt Payment Certificate SPD Question 3C.1 Blacklisting In Construction Industry Declaration Declaration Section *Form of Tender SPD Question 3D.11 Non-Collusion Certificate SPD Question 4C.6 Goods Vehicle Operator's Licence Declaration SPD Question 4B.5.1 Insurance Certificates SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration SPD Question 3A.6 Modern Slavery Act 2015 Declaration Declaration Section Health and Safety Questionnaire 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. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27992. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Community Benefits Under this contract bidders will be required to actively participate in the achievement of Community Benefits. The Council will require the appointed contractors to agree, that as part of any awarded call-off contracts under the framework they will assist in transforming the South Lanarkshire local community through delivery of Community Benefits as detailed in the Framework Information. Bidders are requested within the Technical Envelope Community Benefits section to confirm their commitment which will be scored per below based on their response: - Yes = 100 No = 0 (SC Ref:786386)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000779616"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000779616"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}