South Lanarkshire Council are proceeding with the construction of a 90-metre single span proprietary steel bridge to replace the existing reinforced concrete bridge structure, subject to the Council acquiring the land required for the project as set out below. The proposed structure includes a 4.2m wide carriageway with an additional footway of minimum width 1.05m. The new structure will be constructed off-line of the existing bridge. The proposed carriageway on approach to the structure will follow a new alignment and will include new approach roads to the north and south which will tie into the existing C29 Pettinain Road.
The proprietary bridge will be supported on reinforced concrete abutments which, in turn, will be supported by piled foundations. On the north approach the structure will also include wing walls which will not be connected to the abutment and will behave as retaining walls. On the south approach the structure will include wing walls which will not be connected to the abutment and will behave as retaining walls and a cattle creep structure.
The superstructure is proposed to be launched from the south abutment and a launching area for this purpose will be built.
In addition to this the design also includes for the replacement of a cattle creep structure located approximately 350m south of Clyde Bridge and the infilling of a culvert located approximately 270m south of Clyde Bridge.
South Lanarkshire Council is seeking to engage with the market regarding the installation, repair and removal of assistive technology and linked community alarms/pagers in service users’ homes.
South Lanarkshire community alarm service supports around 9000 social work service users to live safely and well within their own homes with approximately 7300 of these service users having dispersed community alarms within their homes.
Assistive technology is a range of sensors and devices provided to the most vulnerable of our community alarm service users as part of the arrangements to monitor their welfare, and enhance their support, care, and independence.
Assistive technology is usually linked to either dispersed community alarms or to a stand-alone pager in service users’ homes. These devices automatically alert carers or the community alarm receiving centre of an event or incident.
All installers will need to be PVG approved.
The Council has an on-going requirement to procure Adult Supported Living Services. The Services will support vulnerable adults to live in their own homes and to play an active part in their communities as much as they are able.
The Self-Directed Support (SDS) regulations offer Supported Persons a choice of provider to an extent not available through a Framework or a Dynamic Purchasing System (DPS) therefore the Council is utilising an innovative Procured Service Arrangement (PSA) under the Light Touch Rules contained in Regulations 74 – 76 of the Public Contract (Scotland) Regulations 2015.
The PSA will allow providers to be added over its 15 year term, this will facilitate Supported Person's choice.
The Council has an ongoing requirement for the provision of a Maintenance and Emergency Call Out Service for Biomass boilers in 49 of their properties which includes Primary Schools and a Sheltered Housing complex. The Council has made the decision to include the Supply and Delivery of the Biomass Pellets along with the Service and Maintenance of the Boilers to a single contractor which will provide the Council with a turnkey solution to ensure that the biomass boilers operate effectively and efficiently.
The contractor requires to demonstrate previous experience in the maintenance of Biomass Boilers with operatives must have certified training on at least two of the boiler manufacturers and agree to carry out training, within one month if successful, on the other boilers located within Council properties. The contractor must have appropriate calibrated equipment and specialist diagnostic software/equipment required to carry out the maintenance works.
The choice of the provider will be selected by the parent/guardian of the child therefore the council is utilising an innovative Procured Service Arrangement (PSA) under the Light Touch Rules contained in Regulations 74-76 of the Public Contracts (Scotland) Regulations 2015.
Providers of ELC are invited to join the PSA by submitting a tender to the Council. They will be appointed to the PSA if they can successfully demonstrate that they meet the National Standard, the Law, applicable guidance, and the Council’s procedural requirements and accept the Rates which have been set by the Council in relation to the delivery of funded hours.
The PSA will allow providers to be added over its 10 year term.
The Council wish to appoint a contractor to conduct the service and maintenance of all fire suppression and sprinkler systems within their commercial and domestic properties throughout South Lanarkshire. This includes the provision of an emergency call out service and carrying out remedial works as required. The properties with fire suppression and sprinkler systems range from Primary Schools, Social Work establishments, Educational establishments, etc.
The Council has a legislative requirement to service and maintain the Air Conditioning (AC) and Air Handling Unit (AHU) installations in their properties to ensure:
Optimum performance of the equipment is achieved and maintained
Provision of thermal comfort levels for occupying staff are maintained
Maintain equipment as per manufacturers recommendations
Currently SLC have approximately 231 properties that Housing and Technical Resources are responsible for maintaining (includes various education establishments, roads depots, social work establishments, leisure centres, etc) with Air Conditioning (AC), Air Handling Unit (AHU) installations, common ventilation and heat reclaim installations, which form this contract. However, properties maybe added or removed during the contract period.
The contract consists of:
Service and Maintenance visits.
Pre-maintenance inspections, as and when required – prior to any new
properties being added.
Remedials - identified during a service visit.
Call outs – 24 hour, 365 days per year.
All works and services requires to be carried out in accordance with F-Gas Regulations 2007; REFCOM F-Gas Company Certificate 2009 and Supplementary information, good working practices, AC and AHU equipment manufacturer’s recommendations.
In addition, there are 8 continuous air quality monitoring stations within South Lanarkshire area which require to be maintained to ensure optimum efficiency of the equipment within the cabinets.
The Council are seeking to appoint an suitable Consultant for the provision of a highly accurate and reliable road weather forecasting and consultancy service. This service shall assist and aid all roads authorities who are members of the Weather Forecast Partnership (hereinafter referred to as the “Councils”) in the delivery of their operational winter and flood response service plans.
The Consultant shall also provide a maintenance service for all Council owned weather stations and monitoring equipment located within the local authority areas of the Councils in the Weather Forecast Partnership
he Council wish to procure a contractor to supply, install and maintain a modern, easy to use, future proofed and scalable door entry solution in 6 of their main offices throughout South Lanarkshire Council area as shown below:
SLC Headquarters in Hamilton
Brandon Gate, Hamilton
South Vennel, Lanark
David Dale House, Blantyre
Cambuslang Gate, Cambuslang
Civic Centre, East Kilbride
The solution should provide a secure, yet practical and efficient method of ingress and egress from offices for both staff and, where appropriate, members of the public.
This solution requires to have an automated operation requiring minimum staff intervention, yet allow manual override in case of emergencies, and provide proper provision for people with mobility issues in the event of any evacuation scenario.
Please Note:
The Council reserves the right to prioritise the order of site installations and for operational and cost reasons and may elect to reduce the number of actual individual door installations within the remit of this contract.
This procurement is Phase 3 of the South Lanarkshire Council established multi Lot, multi provider Procured Services Arrangement (PSA). The aim of the PSA is to allow SLC Education Resources and all SLC schools to contract compliantly with providers who will deliver all forms of educational services. These will include services funded by Pupil Equity Funding, Access to Counsellors Mental Health Funding, Council budgets and other education funding.
The Contract will primarily cover the Council’s communications hardware (including installation), software & licensing supply and support requirements, and the communications hardware, software & licensing requirements of Lanarkshire Valuation Joint Board and South Lanarkshire Leisure and Culture Trust.
Although the contract is likely to involve approximately 787 communications devices bidders should note that this number may vary during the Contract Period. The Council reserves the right to vary the number of communications hardware, software and licensing covered by the contract in the event that changes are made to the Council’s current ICT environment.
The following are not included in this contract:
-the supply of structured cabling or power
-the supply of desktop, laptop, or mobile devices
-the supply of Wide Area Network Telco connections
South Lanarkshire Council’s Ground Services have an ongoing requirement to procure for the supply of Grounds Maintenance Materials that are currently stocked at five depots: East Kilbride, Lanark, Blantyre, Rutherglen and Hamilton for distribution and use throughout the Council area.
The contract objective is to ensure the continuity of provision and fit for purpose goods in line with the current standards/legislation are held in stock at appropriate levels.
A suitable and accessible route to market has been identified: by using a multiple supplier contract in accordance with the Open procedure by advertising in the Find a Tender website for the Provision of Grounds Maintenance Materials to support in-house service provision which comprises of the following lots:
Lot 1 – Supply and Delivery of Herbicides (Total and Selective)
Lot 2 – Supply and Delivery of Fertilisers
Lot 3 – Supply and Delivery of Fungicides
Lot 4 – Supply and Delivery of Turf (including Specialist Turf)
Lot 5 – Supply and Delivery of Grass Seed
Lot 6 – Supply and Delivery of Pitch Liner
Lot 7 – Supply and Delivery of Top Dressing
Lot 8 – Supply and Delivery of Bunker Sand
Lot 9 – Supply and Delivery of Bark Products
Bidders may submit tenders for one, several or all of the lots. Where tenders may be submitted for several or all lots: -
- the maximum number of lots that may be awarded to one bidder is nine and
- the following lots or groups of lots may be combined – all lots.
The contract proposed will be from 1 April 2023 for a period of 5 years to 31 March 2028 with no option to extend.
The Council has an ongoing requirement for the Provision of Vehicle Body Repairs for use by South Lanarkshire Council Fleet Services.
The Provision shall include Vehicle Body Repairs to the Council’s fleet of approximately 1700 vehicles. All Vehicle Body Repairs shall be covered by those contractors appointed to the Framework Agreement as the Council does not have an in house facility to undertake this requirement.
This procurement requires to be progressed to enable operational delivery of key actions by achieving efficient and effective use of Resources in accordance with both the Council Plan and Fleet and Environmental Services Service Annual Statement.
The Council has an on-going requirement to procure Adult Supported Living Services. The Services will support vulnerable adults to live in their own homes and to play an active part in their communities as much as they are able.
The Self-Directed Support (SDS) regulations offer Supported Persons a choice of provider to an extent not available through a Framework or a Dynamic Purchasing System (DPS) therefore the Council is utilising an innovative Procured Service Arrangement (PSA) under the Light Touch Rules contained in Regulations 74 – 76 of the Public Contract (Scotland) Regulations 2015.
The PSA will allow providers to be added over its 15 year term, this will facilitate Supported Person's choice.
This procurement is Phase 5 of the South Lanarkshire Council established multi Lot, multi provider Procured Services Arrangement (PSA). The aim of the PSA is to allow SLC Education Resources and all SLC schools to contract compliantly with providers who will deliver all forms of educational services. These will include services funded by Pupil Equity Funding, Access to Counsellors Mental Health Funding, Council budgets and other education funding.
The choice of the provider will be selected by the parent/guardian of the child therefore the council is utilising an innovative Procured Service Arrangement (PSA) under the Light Touch Rules contained in Regulations 74-76 of the Public Contracts (Scotland) Regulations 2015.
Providers of ELC are invited to join the PSA by submitting a tender to the Council. They will be appointed to the PSA if they can successfully demonstrate that they meet the National Standard, the Law, applicable guidance, and the Council’s procedural requirements and accept the Rates which have been set by the Council in relation to the delivery of funded hours.
The PSA will allow providers to be added over its 10 year term.
The Council’s Procurement Service require to create a new generation Multi-Disciplined Roads and Infrastructure Framework for use by primarily Community and Enterprise Resources and Housing and Technical Resources. The framework will be accessible by any resource within the Council.
The Framework Contract will be governed under the NEC3 Framework Contract April 2013 and will cover a range of works/services lots as follows:
Lot 1 - Roads Network Improvements
Lot 2 - Roads Routine Maintenance (Labour and Plant only)
Lot 3 - Temporary Traffic Management Services
Lot 4 - Maintenance of Council Bridges and Structures
Lot 5 - Water Infrastructure Services
Lot 6 - Outdoor Infrastructure Works including play
Lot 7 - Groundworks
The new framework will be procured via open procedure on the most economically advantageous tender (MEAT) criterion which enables the Council to take account of criteria that reflect qualitative, technical, and sustainable aspects of the tender submission as well as price when reaching a decision. All call-offs under the framework will be based on MEAT.
No work will be guaranteed to any Contractor under the Framework Agreement.
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 for the Lot(s) they have selected.
As part of Stage 2 the bidders will then be required to complete a Technical response based on technical specific questions related to the lot they have selected.
As part of Stage 3 the bidders will then be required to complete Commercial response based on activities associated to the Lot(s) they have selected.
As part of the tender evaluation process the Council will then request evidence from each bidder prior to any bidder being appointed to the framework. It is anticipated the Council will state the number of contractors being appointed to each lot.
South Lanarkshire Council Social Work Resource is seeking to commission one provider to manage a range of advocacy services to support adult and older people.
These services will consist of independent advocacy, collective advocacy, non-instructed advocacy, and peer advocacy to the following categories of service user group: - Learning Disability; Communication/Physical disability; Mental Health; Older Mental Health/Dementia; carers and parents of young people, in transition, and adults with complex and profound multiple needs.
Contract duration is for an initial 3 years with an optional 2 year extension and a further 1 year extension subject to satisfactory performance, financial standing and funding being available.
South Lanarkshire Council has a requirement under the Health & Safety at Work Act 1974, Provision and Use of Work Equipment Regulations 1998 and the Manual Handling Operations Regulation 1992 to deliver the appropriate training courses to its employees. There is an ongoing requirement for employees to obtain operator training in the following areas: lifting and access equipment, hand held plant, operation of mobile and small plant, and there is a requirement for the following accreditations: IPAF, PASMA, NPROS Accredited and City & Guilds various levels.
The Council's Housing and Technical Resources Property Service have an ongoing requirement for a specialist contractor to provide a maintenance service for the Building Energy Management System (BEMS) and Under Floor Heating (UFH) within South Lanarkshire across a number of establishments including Council buildings, education and social care settings.
Maintenance of both the BEMS and UFH is essential to ensure that there is:
- The optimum performance of the equipment controlled
- Provision of thermal comfort levels to the working environment for the occupants of South Lanarkshire Council’s properties
- Effective control of energy consumption, for energy efficiency purposes.
The maintenance of the works requires specialist skills and therefore the contract is split into four separate lots. These lots reflect the main types of equipment in use as follows:
Lot 1 - Trend Controllers
Lot 2 - Siemens Controllers
Lot 3 - Various Controllers
Lot 4 - Under Floor Heating
The contract will be procured via open procedure on the most economically advantageous tender (MEAT) criterion as a single source award per lot, which enables the Council to take account of criteria that reflect qualitative, technical, and sustainable aspects of the tender submission as well as price when reaching a 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 for the Lot(s) they have selected.
As part of Stage 2 the bidders will then be required to complete a Technical response based on technical specific questions related to the lot they have selected.
As part of Stage 3 the bidders will then be required to complete Commercial response based on activities associated to the lot they have selected.
As part of the tender evaluation process the Council will then request evidence from the bidder identified as having the highest MEAT prior to award.
The contract will be governed under the JCT Measured Term Contract (MTC/Scot) 2011 Edition.