Notice Information
Notice Title
WLC Material Coring and Testing Framework Agreement
Notice Description
Roads and Transportation delivers an extensive programme of works, including carriageway surfacing and structural maintenance. As part of this maintenance programme, following guidance from the Scottish Road Research Board (January 2018), the council is required to test for coal tar in its roads prior to the commencement of any related works. There is also a need to carry out testing on other materials to pre-inform design work, and to check the specification of materials being supplied during works. Material testing prior to and during the works will identify issues during the design stage and ensure the quality of the finished product. The current Framework Agreement provides this range of services across four lots, as detailed below. - Coring on the existing carriageway network within West Lothian and the identification of the presence of coal tar within these cores. - Sampling and testing of aggregates. - Sampling and testing of soil materials and ground conditions including minor site investigation work and detection of voids. - Testing of bituminous materials used during various carriageway resurfacing schemes throughout West Lothian (including surface dressing). - Measurement and testing of thermoplastic road marking materials. - Road pavement testing to determine residual characteristics. - Sampling, testing and analysis of structural concrete and cementitious materials (includes both fresh and hardened materials). - Sampling and testing of paint and coating materials used on structures. - Provide reports and all test certificates. Whilst the current framework does have extensions, there are changes in requirements which means the service prefer to retender the framework to increase the specification and allow new market entrants to be considered.
Lot Information
Sampling and Testing of Civil Engineering Construction Materials
This Lot will primarily encompass the sampling, testing and analysis of a variety of road construction materials including, but not limited to, the following: - Unbound stone/aggregate materials; - bituminous pavement materials including surface dressing; - bituminous pavement characteristics (e.g. skid resistance, texture depth, surface regularity); - fresh concrete materials and kerbs; - soils/sub-base/formation materials to determine ground conditions (e.g. grading, moisture content, shear strength, density, compaction, CBR testing etc). It is expected that the bidding laboratory will have a current UKAS accreditation but bids from non-UKAS accredited labs may be considered if they can demonstrate they have adequate quality management systems in place.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.
Renewal: Option for up to 12 month extension
Coring and testing to determine Coal Tar Content in bituminous pavementsThis Lot will cover the sampling and testing of bituminous road pavement materials (generally by extracted road pavement core) to determine if coal tar is present within the layers of the road pavement. The procedure will include for an initial test (generally using the PAK marker paint method) to determine the presence of coal tar and, if coal tar is indicated, laboratory analysis to determine and confirm if coal tar is present and, if so, the amount of coal tar present. The principal testing objective is to determine: - if coal tar is present in the samples; - that coal tar indications are not 'false positive' indications caused by contaminants such as diesel, kerosene, petroleum-based materials etc; - when coal tar is found, the concentration levels of Benzo[a]pyrene and coal tar expressed as both a percentage and mg/kg. We will, in general, be following "The Transport Scotland Guidance Note: 'Dealing with coal tar bound arisings" for the methods of coal tar sampling, sample preparation, testing and reporting of results. Bidding laboratories will be expected to work in accordance with that guidance note and our own specific requirements. Further detail is provided under the Schedule of Tests, Clause 3. The Guidance Note requires that the laboratory involved in the sample preparation and testing must be UKAS accredited as a minimum.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.
Renewal: Option to renew for up to 12 months
Investigation of concrete structuresThis Lot is primarily targeted at the testing of existing concrete structural assets such as road bridges and underpasses. The work will include the sampling and analysis of hardened concrete and structural paint coatings and will include a range of (mostly non-destructive) tests. The tests will include, but not be limited to the following: - The determination of chloride content, sulfate content, depth of carbonation and the cement and aggregate content of hardened concrete. - Cover meter survey (to locate reinforcement in a structure and measure the depth to the reinforcement from the concrete surface). - Half-cell potentiometer testing (to determine condition and corrosion of reinforcement in hardened concrete). - Schmidt/Rebound spring driven hammer survey (to measure surface hardness of concrete as a means of estimating the concrete strength). - Petrographic sampling, testing and analysis of concrete (to determine mineralogical and chemical characteristics and to determine whether the aggregates therein are susceptible to Alkali Silica Reaction). Also required will be the sampling and testing of structural coatings including paint sampling and analysis for lead content, paint thickness testing and paint adhesion/pull off testing.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.
Renewal: Option to extend for up to 12 months
Site InvestigationThis Lot will encompass a small range of site investigation services, that will include, but not be limited to: - Trial pits to determine ground conditions, material layers, and for material sampling in both superficial deposits/soils and in bituminous pavements. - Extraction of soil samples using hand auger techniques. - Ground Penetrating Radar survey to identify changes in ground conditions and voids. All services to include for the technical reporting of findings with all reports and test certificates to be provided to the Client within 3 weeks of testing.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.
Renewal: Option to extend for up to 12 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000813439
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT541728
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Framework
- 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
24 - Chemical products
45 - Construction work
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
24327310 - Coal tar
45111250 - Ground investigation work
45120000 - Test drilling and boring work
45214620 - Research and testing facilities construction work
71351500 - Ground investigation services
71510000 - Site-investigation services
71600000 - Technical testing, analysis and consultancy services
71610000 - Composition and purity testing and analysis services
Notice Value(s)
- Tender Value
- £400,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 20 Oct 20254 months ago
- Submission Deadline
- 17 Nov 2025Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- 1 Jan 2026 - 31 Dec 2026 6-12 months
- Recurrence
- September 2028 or 2029 if extension is used
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST LOTHIAN COUNCIL
- Contact Name
- Catriona Peden
- Contact Email
- catriona.peden@westlothian.gov.uk
- Contact Phone
- +44 1506283312
Buyer Location
- Locality
- LIVINGSTON
- Postcode
- EH54 6FF
- Post Town
- Edinburgh
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM1 East Central Scotland
- Small Region (ITL 3)
- TLM14 West Lothian
- Delivery Location
- TLM78 West Lothian
-
- Local Authority
- West Lothian
- Electoral Ward
- Livingston South
- Westminster Constituency
- Livingston
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT541728
WLC Material Coring and Testing Framework Agreement - Roads and Transportation delivers an extensive programme of works, including carriageway surfacing and structural maintenance. As part of this maintenance programme, following guidance from the Scottish Road Research Board (January 2018), the council is required to test for coal tar in its roads prior to the commencement of any related works. There is also a need to carry out testing on other materials to pre-inform design work, and to check the specification of materials being supplied during works. Material testing prior to and during the works will identify issues during the design stage and ensure the quality of the finished product. The current Framework Agreement provides this range of services across four lots, as detailed below. - Coring on the existing carriageway network within West Lothian and the identification of the presence of coal tar within these cores. - Sampling and testing of aggregates. - Sampling and testing of soil materials and ground conditions including minor site investigation work and detection of voids. - Testing of bituminous materials used during various carriageway resurfacing schemes throughout West Lothian (including surface dressing). - Measurement and testing of thermoplastic road marking materials. - Road pavement testing to determine residual characteristics. - Sampling, testing and analysis of structural concrete and cementitious materials (includes both fresh and hardened materials). - Sampling and testing of paint and coating materials used on structures. - Provide reports and all test certificates. Whilst the current framework does have extensions, there are changes in requirements which means the service prefer to retender the framework to increase the specification and allow new market entrants to be considered.
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-r6ebe6-0000813439-2025-10-20T00:00:00Z",
"date": "2025-10-20T00:00:00Z",
"ocid": "ocds-r6ebe6-0000813439",
"initiationType": "tender",
"parties": [
{
"id": "org-24",
"name": "West Lothian Council",
"identifier": {
"legalName": "West Lothian Council"
},
"address": {
"streetAddress": "West Lothian Civic Centre, Howden South Road",
"locality": "Livingston",
"region": "UKM78",
"postalCode": "EH54 6FF"
},
"contactPoint": {
"name": "Catriona Peden",
"email": "catriona.peden@westlothian.gov.uk",
"telephone": "+44 1506283312",
"faxNumber": "+44 1506281325",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.westlothian.gov.uk"
}
},
{
"id": "org-25",
"name": "Livingston Sheriff Court",
"identifier": {
"legalName": "Livingston Sheriff Court"
},
"address": {
"streetAddress": "West Lothian Civic Centre Howden South Road",
"locality": "Livingston",
"postalCode": "EH54 6FF"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "West Lothian Council",
"id": "org-24"
},
"tender": {
"id": "CC14169",
"title": "WLC Material Coring and Testing Framework Agreement",
"description": "Roads and Transportation delivers an extensive programme of works, including carriageway surfacing and structural maintenance. As part of this maintenance programme, following guidance from the Scottish Road Research Board (January 2018), the council is required to test for coal tar in its roads prior to the commencement of any related works. There is also a need to carry out testing on other materials to pre-inform design work, and to check the specification of materials being supplied during works. Material testing prior to and during the works will identify issues during the design stage and ensure the quality of the finished product. The current Framework Agreement provides this range of services across four lots, as detailed below. - Coring on the existing carriageway network within West Lothian and the identification of the presence of coal tar within these cores. - Sampling and testing of aggregates. - Sampling and testing of soil materials and ground conditions including minor site investigation work and detection of voids. - Testing of bituminous materials used during various carriageway resurfacing schemes throughout West Lothian (including surface dressing). - Measurement and testing of thermoplastic road marking materials. - Road pavement testing to determine residual characteristics. - Sampling, testing and analysis of structural concrete and cementitious materials (includes both fresh and hardened materials). - Sampling and testing of paint and coating materials used on structures. - Provide reports and all test certificates. Whilst the current framework does have extensions, there are changes in requirements which means the service prefer to retender the framework to increase the specification and allow new market entrants to be considered.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45120000",
"scheme": "CPV"
},
{
"id": "45214620",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "71610000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Sites within West Lothian Council area"
},
"deliveryAddresses": [
{
"region": "UKM78"
}
],
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"id": "24327310",
"scheme": "CPV"
},
{
"id": "45120000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "within the West Lothian Council area"
},
"deliveryAddresses": [
{
"region": "UKM78"
}
],
"relatedLot": "2"
},
{
"id": "3",
"additionalClassifications": [
{
"id": "45120000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Sites within the West Lothian Council area"
},
"deliveryAddresses": [
{
"region": "UKM78"
}
],
"relatedLot": "3"
},
{
"id": "4",
"additionalClassifications": [
{
"id": "71351500",
"scheme": "CPV"
},
{
"id": "45111250",
"scheme": "CPV"
},
{
"id": "71510000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Sites within the West Lothian Council area"
},
"deliveryAddresses": [
{
"region": "UKM78"
}
],
"relatedLot": "4"
}
],
"value": {
"amount": 400000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2025-11-17T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-11-17T12:00:00Z"
},
"documents": [
{
"id": "OCT541728",
"documentType": "contractNotice",
"title": "WLC Material Coring and Testing Framework Agreement",
"description": "Roads and Transportation delivers an extensive programme of works, including carriageway surfacing and structural maintenance. As part of this maintenance programme, following guidance from the Scottish Road Research Board (January 2018), the council is required to test for coal tar in its roads prior to the commencement of any related works. There is also a need to carry out testing on other materials to pre-inform design work, and to check the specification of materials being supplied during works. Material testing prior to and during the works will identify issues during the design stage and ensure the quality of the finished product. The current Framework Agreement provides this range of services across four lots, as detailed below. - Coring on the existing carriageway network within West Lothian and the identification of the presence of coal tar within these cores. - Sampling and testing of aggregates. - Sampling and testing of soil materials and ground conditions including minor site investigation work and detection of voids. - Testing of bituminous materials used during various carriageway resurfacing schemes throughout West Lothian (including surface dressing). - Measurement and testing of thermoplastic road marking materials. - Road pavement testing to determine residual characteristics. - Sampling, testing and analysis of structural concrete and cementitious materials (includes both fresh and hardened materials). - Sampling and testing of paint and coating materials used on structures. - Provide reports and all test certificates. Whilst the current framework does have extensions, there are changes in requirements which means the service prefer to retender the framework to increase the specification and allow new market entrants to be considered.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT541728",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"title": "Sampling and Testing of Civil Engineering Construction Materials",
"description": "This Lot will primarily encompass the sampling, testing and analysis of a variety of road construction materials including, but not limited to, the following: - Unbound stone/aggregate materials; - bituminous pavement materials including surface dressing; - bituminous pavement characteristics (e.g. skid resistance, texture depth, surface regularity); - fresh concrete materials and kerbs; - soils/sub-base/formation materials to determine ground conditions (e.g. grading, moisture content, shear strength, density, compaction, CBR testing etc). It is expected that the bidding laboratory will have a current UKAS accreditation but bids from non-UKAS accredited labs may be considered if they can demonstrate they have adequate quality management systems in place.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00Z",
"endDate": "2028-12-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option for up to 12 month extension"
}
},
{
"id": "2",
"title": "Coring and testing to determine Coal Tar Content in bituminous pavements",
"description": "This Lot will cover the sampling and testing of bituminous road pavement materials (generally by extracted road pavement core) to determine if coal tar is present within the layers of the road pavement. The procedure will include for an initial test (generally using the PAK marker paint method) to determine the presence of coal tar and, if coal tar is indicated, laboratory analysis to determine and confirm if coal tar is present and, if so, the amount of coal tar present. The principal testing objective is to determine: - if coal tar is present in the samples; - that coal tar indications are not 'false positive' indications caused by contaminants such as diesel, kerosene, petroleum-based materials etc; - when coal tar is found, the concentration levels of Benzo[a]pyrene and coal tar expressed as both a percentage and mg/kg. We will, in general, be following \"The Transport Scotland Guidance Note: 'Dealing with coal tar bound arisings\" for the methods of coal tar sampling, sample preparation, testing and reporting of results. Bidding laboratories will be expected to work in accordance with that guidance note and our own specific requirements. Further detail is provided under the Schedule of Tests, Clause 3. The Guidance Note requires that the laboratory involved in the sample preparation and testing must be UKAS accredited as a minimum.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00Z",
"endDate": "2028-12-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to renew for up to 12 months"
}
},
{
"id": "3",
"title": "Investigation of concrete structures",
"description": "This Lot is primarily targeted at the testing of existing concrete structural assets such as road bridges and underpasses. The work will include the sampling and analysis of hardened concrete and structural paint coatings and will include a range of (mostly non-destructive) tests. The tests will include, but not be limited to the following: - The determination of chloride content, sulfate content, depth of carbonation and the cement and aggregate content of hardened concrete. - Cover meter survey (to locate reinforcement in a structure and measure the depth to the reinforcement from the concrete surface). - Half-cell potentiometer testing (to determine condition and corrosion of reinforcement in hardened concrete). - Schmidt/Rebound spring driven hammer survey (to measure surface hardness of concrete as a means of estimating the concrete strength). - Petrographic sampling, testing and analysis of concrete (to determine mineralogical and chemical characteristics and to determine whether the aggregates therein are susceptible to Alkali Silica Reaction). Also required will be the sampling and testing of structural coatings including paint sampling and analysis for lead content, paint thickness testing and paint adhesion/pull off testing.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00Z",
"endDate": "2028-12-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to 12 months"
}
},
{
"id": "4",
"title": "Site Investigation",
"description": "This Lot will encompass a small range of site investigation services, that will include, but not be limited to: - Trial pits to determine ground conditions, material layers, and for material sampling in both superficial deposits/soils and in bituminous pavements. - Extraction of soil samples using hand auger techniques. - Ground Penetrating Radar survey to identify changes in ground conditions and voids. All services to include for the technical reporting of findings with all reports and test certificates to be provided to the Client within 3 weeks of testing.. Re: SPD Q3D.1, 3D.2 and 3D.3 Bidders should answer these questions on Environmental, social and labour law in relation to compliance with the regulations covering Scotland and the UK.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2026-01-01T00:00:00Z",
"endDate": "2026-12-31T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to 12 months"
}
}
],
"lotDetails": {
"maximumLotsBidPerSupplier": 2147483647
},
"bidOpening": {
"date": "2025-11-17T12:00:00Z",
"address": {
"streetAddress": "On PCS-Tender"
},
"description": "WLC CPU staff on PCS-Tender"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "PERFORMANCE CRITERIA STANDARDS & QUALITY Quality and standard of work Acceptable / Unacceptable Deployment of appropriate resources Acceptable / Unacceptable Organisation and coordination of activities Acceptable / Unacceptable Ability to work without further guidance and/or instruction Acceptable / Unacceptable COMPLIANCE Delivering the requirements of the Task Order Acceptable / Unacceptable Programme adhered to and timescales met Acceptable / Unacceptable Maintain a customer-focused approach Acceptable / Unacceptable COSTS Continuous delivery of work within budget, including cost-effective solutions Acceptable / Unacceptable Agreement of accounts and additional costs Acceptable / Unacceptable"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Re SPD question 4B.6 West Lothian Council will use Dun and Bradstreet's DBAi financial reporting system to assess the financial stability of tenderers. Tenderers with a Failure Score of 50 or above on the DBAi system will be deemed to have evidenced satisfactory financial stability. Please note that 49 or less will not be considered as having met this criteria. If a tenderer has a Failure Score of less than 50, the tenderer may be required to submit their last three years accounts. In the event that the tenderer is not required to publish accounts and therefore does not have a Dun & Bradstreet or equivalent rating, tenderers should be able to provide financial accounts when requested. The council will then conduct an analysis of the accounts to ensure that there is no significant financial risk. Please note that if you intend on attaching 2 years accounts, these must include financial data over a 3-year period. It is recommended that candidates review their own Dun & Bradstreet Score in advance of submitting their tender. If following this review tenderers consider that the Dun & Bradstreet Score does not reflect their current financial status, details of this should be provided, complete with evidence of a good high street credit rating (the equivalent of Dun & Bradstreet score 50) from a recognised credit referencing agency. The council will review any such information as part of the evaluation of Tenderer's financial status. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee. Should after review of the financial evaluation the tenderer fail, then the tender submission may be rejected.",
"minimum": "Professional Risk Indemnity: 2 million GBP in respect of each and every claim and in the aggregate limit of 2 million GBP. For the duration of the service and for 12 years following Completion. Employer's (Compulsory) Liability: 5 million GBP in respect of each and every claim without limit to the number of claims. For the duration of the service and for 1 year following Completion. Public Liability: 5 million GBP in respect of each claim, without limit to the number of claims. For the duration of the service and for 1 year following Completion. Motor Vehicle Insurance Minimum Amount: 5 million GBP in respect of each and every claim without limit to the number of claims. For the duration of the service and for 1 year following Completion."
},
{
"type": "technical",
"description": "CDM The Construction (Design and Management) Regulations 2015 (CDM 2015) state that both Consultants and sub-contractors must be able to demonstrate Stage 1 competence which can be approved through an independent assessment scheme. Safety Schemes in Procurement; (SSIP) is the umbrella organisation to facilitate mutual recognition between health and safety pre-qualification schemes. Tenders MUST therefore be assessed by a SSIP Forum Member and have successfully completed a robust CDM 2015 Core Criteria Stage 1 assessment and be registered on the SSIP Portal. For more information, go to www.ssipportal.org.uk NRSWA The Consultants shall provide evidence of staff with relevant and valid Street Works qualifications, both Operative and Supervisor, and must have their certificates registered with the Street Works Qualifications Register (SWQR), under Sections 67 and 126 of the New Roads and Street Works Act. UKAS certification Re: SPD Q4D Bidders must hold the certificates or comply with the questions noted in SPD 4D attached to West Lothian Council - Changes to Public Procurement Rules The HSE website will be checked for breaches. Should our H&S team not be satisfied with the outcome your tender will be rejected.",
"minimum": "Lot 1 - It is expected that the bidding laboratory will have a current UKAS accreditation but bids from non-UKAS accredited labs may be considered if they can demonstrate they have adequate quality management systems in place. Lot 2 - The Transport Scotland Guidance Note requires that the laboratory involved in the sample preparation and testing must be UKAS accredited as a minimum."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"techniques": {
"hasFrameworkAgreement": true,
"frameworkAgreement": {
"maximumParticipants": 6,
"periodRationale": "N/A"
}
},
"classification": {
"id": "45120000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "September 2028 or 2029 if extension is used"
}
},
"language": "EN",
"description": "If bidders intend to use a supply chain to deliver the requirements detailed in the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of: a) their standard payment terms b) >=95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year. If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance. TUPE - The incoming Contractor is responsible for obtaining legal and professional advice about relevant TUPE implications. CONFIDENTIALITY - All information supplied by the Authority must be treated in confidence and not disclosed to third parties except insofar as this is necessary to obtain sureties or quotations for the purpose of submitting the tender. All information supplied by you to the Authority will similarly be treated in confidence except: (i) for any information required to be disclosed or otherwise provided by the Authority to any person in order to comply with the Freedom of Information (Scotland) Act 2002 and any codes of practice applicable from time to time relating to access to public authorities' information. The Tenderer shall co-operate, facilitate, support and assist the Authority in the provision of this information. In the event the Authority is required to provide information to any person as a result of a request made to it under such Act and/or codes, the Authority shall adhere to the requirements of such Act and/or codes in disclosing information relating to this Agreement, the Project documents and the Contractor. (ii) that references may be sought from banks, existing or past clients, or other referees submitted by the tenderers; (iii) for the disclosure of such information with regard to the outcome of the procurement process as may be required to be published in the Supplement to the Official Journal of the European Union in accordance with EU directives or elsewhere in accordance with the requirements of UK government policy on the disclosure of information relating to government contracts. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30306. 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: Evaluated Community Benefits - Below Threshold Level West Lothian Council is committed to working with communities and businesses to secure Community Benefits in council contracts where it is proportionate and relevant to do so. Community Benefits are contractual requirements which deliver wider Social, Economic or Environmental Benefits in addition to the core purpose of the contract. Tenderers will be scored based on their proposed methodology to their commitment to delivering their proposed Community Benefits, in line with the total Community Benefits Points attributed to the contract. Community Benefits will form 3% of the overall award criteria. All necessary information on how this will be evaluated can be found in the Community Benefits section of the Technical Envelope of the tender in PCS-T. More information can be found on the council's website: - Community Benefits in Procurement - Community Benefits Wishlist (SC Ref:813439)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000813439"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}