Construction Contract Leads
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Feb 2024
Reference | ocds-h6vhtk-04380d |
Common Procurement Vocabulary | Technical testing, analysis and consultancy services |
Procurement Method | Open procedure |
Value | £170,000 |
No location provided
Category Services
Type
No. of Lots 1
Status Active
Published 7th Feb 2024
Reference | ocds-h6vhtk-04380d |
Common Procurement Vocabulary | Technical testing, analysis and consultancy services |
Procurement Method | Open 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
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.