Construction Tenders

Mon October 21 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 7th Feb 2024

Tender Details
Referenceocds-h6vhtk-04380d
Common Procurement VocabularyTechnical testing, analysis and consultancy services
Procurement MethodOpen procedure
Value£170,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 7th Feb 2024

Tender Details
Referenceocds-h6vhtk-04380d
Common Procurement VocabularyTechnical testing, analysis and consultancy services
Procurement MethodOpen procedure
Value£170,000

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Scott Walker

Email

walkersc [at] northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

I.2) Information about joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Road Coring 24-27

Reference number

NLC-CPT-23-093

II.1.2) Main CPV code

  • 71600000 - Technical testing, analysis and consultancy services

II.1.3) Type of contract

Services

II.1.4) Short description

To engage the services of a Consultant to undertake the recording of laying and compaction practices of Contractors working on North Lanarkshire Council’s Road Works Contracts

II.1.5) Estimated total value

Value excluding VAT: £170,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 71600000 - Technical testing, analysis and consultancy services

II.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire

II.2.4) Description of the procurement

To engage the services of a Consultant to undertake the recording of laying and compaction practices of Contractors working on North Lanarkshire Council’s Road Works Contracts

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

initial 2 years with option to extend for additional 1 year

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Please refer to PCS-T for tender documentation and submission envelopes.


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

List and brief description of conditions:

4A.1 If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

4A.2 Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships.

III.1.2) Economic and financial standing

List and brief description of selection criteria

Bidders must respond to SPD Questions 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2 and 4B.5.3

The Bidder response to these questions for Economic and Financial Standing will be evaluated as follows:

Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing

Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.

Minimum level(s) of standards possibly required

4B.4 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Minimum standard required is acid test ratio score of 1.00 from latest published accounts.

4B.5.1b and 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:

Employer’s (Compulsory) Liability Insurance = 10M GBP

Public Liability Insurance = 5M GBP

Professional Indemnity Insurance = 1M GBP

http://www.hse.gov.uk/pubns/hse40.pdf

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must respond to SPD Questions 4C.1.2, 4C.10.

The Bidder response to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a pass to proceed to the award stage. If the bidder achieves a fail this will be deemed a failure to meet the Council's minimum standards for Technical and professional Ability.

4D.1; - Scoring criteria is Pass/Fail - bidders must hold the specified requirements

Minimum level(s) of standards possibly required

4C.1.2 - Bidders will be required to provide 1 example that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

The example will be of a similar size, scope and value to the project being tendered for.

4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4D.1 - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent).

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

See Tender Documents

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

23 February 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 4 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

23 February 2024

Local time

12:30pm

Place

Remote (on microsoft teams)

Information about authorised persons and opening procedure

Members of corporate procurement team


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

See PCS-Tender for clarification questions and deadlines

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 25992. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

See tender documents

(SC Ref:755152)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.