Tender

MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 – 2026 in Non-Domestic Properties

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2022/S 000-005547

Procurement identifier (OCID): ocds-h6vhtk-031c47

Published 1 March 2022, 12:09pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Karen Gorman

Email

contractstrategy@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

one.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 – 2026 in Non-Domestic Properties

Reference number

NLC-CPT-21-057 / HO PM 21 046

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries.

The scope of services required includes (although is not limited to) the following:

-cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire

protection systems, including sprinkler and smoke vent systems, installed at various Corporate

and Leisure properties throughout North Lanarkshire;

-priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems,

including sprinkler and smoke vents systems, components and plant;

-potential reactive new installation works where repairs are not effective (no requirement for

contractor design)

-providing 24/7 reactive call out service to investigate faults; and,

-liaising with other Council maintenance Contractors, when required

two.1.5) Estimated total value

Value excluding VAT: £800,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems

two.2.3) Place of performance

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

North Lanarkshire Council

two.2.4) Description of the procurement

There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries.

The scope of services required includes (although is not limited to) the following:

-cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire;

-priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant;

-potential reactive new installation works where repairs are not effective (no requirement for contractor design)

-providing 24/7 reactive call out service to investigate faults; and,

-liaising with other Council maintenance Contractors, when required.

two.2.5) Award criteria

Quality criterion - Name: End User Satisfaction / Weighting: 30%

Quality criterion - Name: Programme Adherence / Weighting: 30%

Quality criterion - Name: Health & Safety and Environmental / Weighting: 25%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Community Benefits Offered for the minimum contract period of 13 months and 20 days / Weighting: 5%

Quality criterion - Name: Community Benefits Offered for the duration of the possible extension periods up to 24 months / Weighting: 2.5%

Quality criterion - Name: Community Benefits Supporting Methodologies / Weighting: 2.5%

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £800,000

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

Duration in months

37

This contract is subject to renewal

Yes

Description of renewals

Initial Contract will be 13 months and 20 days with the option to extend for up to a further 24 months(each extension period/s being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period),subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.2.14) Additional information

Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

DEADLINE FOR QUESTIONS IS 12 NOON 24/03/2022


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

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

List and brief description of conditions

SPDS Selection Criteria, Part IV Section A: Suitability 4A.1

Minimum level of standards required:

4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015).

Bidders should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A.1, will be assessed as a FAIL and will be excluded from the competition.

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing 4B.4, 4B.5.1b and 4B.5.2

Minimum level(s) of standards possibly required

4B.4 -

Bidders will be required to meet the undernoted Current Ratio minimum requirements.

Acid Test Ratio

The acceptable range for the Acid Test Ratio is:

Minimum value required: a value of greater than or equal to 1.00 to 2 decimal places.

The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places.

Bidders will be required to provide their audited financial accounts for the previous year in order that the Council may confirm this ratio.

4B.5.1b -

Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover:

1) Employer’s Liability Insurance: 10,000,000 GBP for each and every claim

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

4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover:

1) Public Liability Insurance: 10,000,000 GBP each and every claim

2) Product Liability Insurance: 10,000,000 GBP in the aggregate

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2 will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender submission:

1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and

2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension periods.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability:

4C.1.2, 4C.6, 4C.10 and

SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards

4D.1, 4D.2.

Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the SPDS and the SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.

Minimum level(s) of standards possibly required

4C.1.2 -

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

Question 4C.1.2 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3.

Bidders are required to provide 3 examples within the last 5 years, at least one within the last 3 years, and, at least one example shall be completed through final defects.

Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract.

Your response should address however, not be limited to, the following:

-Constraints and challenges of carrying out maintenance, servicing and repairs to fire alarm systems in various occupied properties over a wide geographical area;

-Community and stakeholder engagement and how public/ occupier interfaces were managed during the project; and,

-KPI’s agreed and actualised / delivered.

4C.6 –

Bidders will be required to confirm that they have all of the following relevant educational and professional qualifications:

-Member of the National Inspection Council Electrical Installation Contracting (NICEIC)

OR

-Member of the Electrical Contractors Association of Scotland (SELECT)

AND

-BAFE Registration

AND

-BAFSA Registration (in respect of sprinkler systems)

Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above

4C.10 -

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

4D.1

Quality Management Procedures

The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent)

OR

The Bidder must satisfy items a-g as detailed in 4D.1 – Quality Management Procedures in the SPDS Minimum Requirements in the ITT, Section 10, Appendix 1.

Health and Safety Procedures

The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

The Bidder must satisfy items a-m as detailed in 4D.1 – Health and Safety Procedures in the SPDS Minimum Requirements in the ITT, Section 10, Appendix 1.

4D.1.1

If not, please explain why and specify which other means of proof concerning quality assurance scheme can be provided.

4D.2

The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR

The Bidder must satisfy items a-g as detailed in 4D.2 in the SPDS Minimum Requirements in the ITT, Section 10, Appendix 1.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1 and 4D.2

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1 and 4D.2 will be assessed as a FAIL and will be excluded from the competition.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

1 April 2022

Local time

12:00pm

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

English

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

Duration in months: 9 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 April 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2nd Quarter 2024

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information.

Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS.

Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition.

The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Bidder then the Bidder must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.

Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant.

BIDDERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland. The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all bidders.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=676293.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

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:

North Lanarkshire Council's policy on Community Benefits in procurement aims to consider whether Community Benefits can be included where it is making capital investments or services/goods are being purchased.

An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise.

Bidders will be required to provide details within their tender submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation.

(SC Ref:676293)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.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.