Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
UK
Person cyswllt: Tom Murphy
E-bost: tom.murphy@southlanarkshire.gov.uk
NUTS: UKM95
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.southlanarkshire.gov.uk
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/45381002018A3CC08127
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/45381002018A3CC08127
Mae cyfathrebu electronig yn gofyn am ddefnyddio offer a dyfeisiau nad ydynt ar gael yn gyffredinol. Mae mynediad uniongyrchol anghyfgyfyngiedig a llawn i'r offer a dyfeisiau hyn yn bosibl, yn rhad ac am ddim, yn:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/45381002018A3CC08127
I.4) Y math o awdurdod contractio
Awdurdod rhanbarthol neu leol
I.5) Prif weithgaredd
Gwasanaethau cyhoeddus cyffredinol
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
South Lanarkshire Council Country Parks Masterplanning
II.1.2) Prif god CPV
79415200
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
South Lanarkshire Councils Community and Enterprise Resources, Enterprise and Sustainable Development Services has a requirement to appoint a suitable specialist project manager led multidisciplinary team to conduct a undertake an ambitious, visionary master planning exercise to transform access and connectivity with surrounding communities, extend dwell time, develop facilities, and most importantly enhance the visitor experience, create more inclusive use, sustainable management and promote our Country Parks as significant community assets.
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.2) Cod(au) CPV ychwanegol
71220000
II.2.3) Man cyflawni
Cod NUTS:
UKM95
Prif safle neu fan cyflawni:
Calderglen Country Park - East Kilbride
Chatelherault Country Park - Ferniegair
II.2.4) Disgrifiad o’r caffaeliad
The Council’s vision is to improve the lives and prospects of everyone in South Lanarkshire. In this context the Council recognises the potential of Chatelherault and Calderglen Country Parks which between them attract over 1,000,000 visitors each year.
Chatelherault Country Park is a four-star rated VisitScotland tourist attraction. Key features include:
- historic and listed buildings including 18th century A listed Chatelherault Hunting Lodge designed by William Adam. Current uses include events space, café, gift shop and heritage displays
- 500 acres of countryside and woodland
- ten miles of routed pathways
- active travel connections, the National Cycle Network Route 74 passes through the Park
- adventure playground
- picnic facilities
The park is located 2.5km from Hamilton. The main entrance to the park is within the village of Ferniegair on the A72 Hamilton, Larkhall / Lanark, Clyde Valley tourist route and is a short drive from the M74 (Junction 7).
Calderglen Country Park is a three-star rated Visit Scotland tourist attraction. Key features include:
- historic and listed buildings currently utilised as exhibition space, rangers station and café.
- a scenic wooded glen extending 5 miles
- eight miles of nature trails and walks
- a children's zoo
- tropical glasshouse including gift shop
- ornamental gardens
- adventure playground
- picnic facilities
The park is located on the outskirts of East Kilbride approximately 2km from the town centre. The main entrance to the park is off Strathaven Road (A726).
The appointed Consultant will be provided with copies of any relevant reports and studies to assist with the work programme.
If there is existing information available on the site, including topographical survey, site investigation report and existing site Services, the Consultant takes full responsibility for developing this information as a basis for design proposals, verifying if the information is current and ensuring changes are updated. The Client makes no representation to the accuracy or completeness of any such information and it shall always be for the Consultant to satisfy themselves as to the accuracy or completeness of such information.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Technical
/ Pwysoliad: 60
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Dechrau:
07/11/2023
Diwedd:
30/05/2024
Gall y contract hwn gael ei adnewyddu: Na
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
II.2.14) Gwybodaeth ychwanegol
Further comprehensive information available on the Public Contract Scotland Tender platform for this project, please see additional attachments area for further information on the scope of services, as well as contract documentation.
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
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.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
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.
Minimum level(s) of standards required:
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"?
Do Keynote (where applicable) consider the bidder 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 a financial verification systems to validate the information provided.
Lefel(au) gofynnol y safonau sydd eu hangen:
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:
Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each and every claim, without limit to the number of claims, and/or in the aggregate (if each and every claim cover cannot be secured).
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.
The Consultants total liability to the Employer for all matters arising under or in connection with this contract, other than excluded matter, is limited to 10000000 GBP.
The Council will not make any amendments to the insurance and liability levels stipulated above and within the tender documentation.
III.1.3) Gallu technegol a phroffesiynol
Rhestr a disgrifiad byr o’r meini prawf dethol:
SPD Question 4C.1.2 Technical and Professional Ability
Please provide a minimum of three examples illustrating your relevant experience within the past five years in the delivery of commissions similar to the scope, nature, and value, of requirements outlined within the NEC3 Scope.
Any information provided should be specific to the requirements of this contract as detailed within the NEC3 Scope and shall be inclusive of contract form, value and duration.
Reference should also be made to any experience your organisation has in relation to the NEC3/4 Professional Services contract.
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.
III.2) Amodau sy’n gysylltiedig â’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-021363
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
26/09/2023
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Rhaid i’r tendr fod yn ddilys tan:
22/03/2024
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
26/09/2023
Amser lleol: 12:00
Place:
Council Headquarters, Hamilton
Gwybodaeth am bersonau awdurdodedig a'r weithdrefn agor:
Procurement Lead
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Na
VI.2) Gwybodaeth am lifau gwaith electronig
Derbynnir anfonebau electronig
VI.3) Gwybodaeth ychwanegol
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.
SPD Question 2D.1 - Prompt Payment Certificate
SPD Questions 3A.1 to 3A.8 - Organised Crime Declaration
SPD Question 3A.6 - Modern Slavery Act 2015 Declaration
SPD Question 3D.11 - Non-Collusion Certificate
SPD Question 4B.4 - Economic and Financial Standing - copies of your full audited accounts for the previous 2 years
SPD Question 4B.5.1 - Insurance Certificates – Professional Indemnity, Employers Liability and Public Liability
Attachment Area - Health and Safety Questionnaire (Designer)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_24874. The ITT code is 45495. For more information
see:https://www.publictendersscotland.publiccontractsscotland.gov.uk/go/45381002018A3CC08127
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24874. 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:
A summary of the expected community benefits has been provided as follows:
The Council has calculated that the minimum total of 60 community benefit points which must be delivered under this contract.
Evaluators will allocate scores to the response to each Community Benefits (Section 2.3 of the ITT) question in accordance with the scoring guidance detailed within the Evaluation of Tenders document contained within the general attachments area of the ITT.
(SC Ref:742999)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street,
Hamilton
ML3 0BT
UK
Ffôn: +44 1698282957
E-bost: hamiltoncivl@scotcourts.gov.uk
VI.5) Dyddiad anfon yr hysbysiad hwn
30/08/2023