Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Mark Brennan
Telephone
+44 1698403876
Fax
+44 1698275125
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
https://www.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.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://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
ICT Cabling Services
Reference number
NLC-CPT-20-040
two.1.2) Main CPV code
- 50312600 - Maintenance and repair of information technology equipment
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council require a single provider for the installation and delivery of IT Cabling Services. The cabling provider will also require to complete and manage Asbestos Surveys and to ensure that any fire breaks disturbed during the installation are fully reinstated to the standards provided by the Council's Property Services Division.
two.1.5) Estimated total value
Value excluding VAT: £644,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
In premises within the geographical boundary of North Lanarkshire
two.2.4) Description of the procurement
The Council require a single service provider for the installation and delivery of IT Cabling Services. The procurement will also incorporate a requirement for Asbestos Survey's to be completed and managed by the Cabling provider and for any fire breaks that are disturbed during the installation to be fully reinstated to the standards provided by the Council's Property Services Division.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40%
Price - Weighting: 60%
two.2.6) Estimated value
Value excluding VAT: £644,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
The Framework will be for an initial period of 2 years but may be extended by the sole discretion of the Council by an additional 2 years (in the form of 2 x 12 month extension periods.
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
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
The relevant selection criteria for this question will be included within the online SPD Scotland module.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The relevant selection criteria for this question will be included within the online SPD Scotland module.
three.1.3) Technical and professional ability
List and brief description of selection criteria
The relevant selection criteria for this question will be included within the online SPD Scotland module.
three.2) Conditions related to the contract
three.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 four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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
7 May 2021
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: 6 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 May 2021
Local time
12:00pm
Information about authorised persons and opening procedure
Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: The framework agreement will be awarded for a total of 24 months. Following expiry of the framework agreement, the Council may elect to re-tender requirements.
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
Bidders are encourage to review and familiarise themselves with the ITT document located within the Additional Documents Area of PCS prior to submitting a Tender.
--
Bidders must complete the online SPD module within the Public Contracts Scotland Portal as part of their submitted Tender.
--
Further to Section III of this contract notice, the following minimum criteria will also apply:
Part II – Information Concerning the Bidder
A: Information About the Bidder;
B: Information About Representatives of the Bidder;
C: Information About Reliance on the Capacities of Other Entities; and
D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely.
Minimum level(s) of standards required:
The information required in Part II of the SPD is for information only and therefore will not be assessed however the Councils may choose not to select a Bidder that cannot provide basic company information.
--
Bidders must ensure that they submit appropriate SPD completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the SPD.
--
Part III – Exclusion Grounds
Minimum level(s) of standards required:
Bidders will be assessed as a FAIL and will be excluded from the Procurement if they detail that they are in any of the situations referred to in regulation 7 to 13 assessed in accordance with regulation 58 of the Public Contracts (Scotland) Regulations 2015.
--
Part VI – Concluding statements
Minimum level(s) of standards required:
Bidders unable to complete this part of the SPD may be excluded from the competition.
--
Following completion of the Procurement, it is the Councils intention to appoint one Service Provider to the Framework Agreement, this will be achieved by way of the appointing Tenderer with the highest scoring (most economically advantageous tenders) Tender.
--
Late Tenders will not be considered under any circumstances.
--
The Council will not provide additional notification to any Bidder of the rejection of a late Tender.
--
For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council.
--
The complete Tender (complete with SPD) should be submitted in accordance with the instructions given with the Form of Tender
signed by an authorised representative i.e. company director or secretary (as registered within Companies House) or by a person authorised by the Bidder to do so.
--
The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received.
--
The buyer is using PCS to conduct this ITT exercise.
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=646812.
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.
(SC Ref:646812)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=646812
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
Telephone
+44 1698282957
Country
United Kingdom
Internet address
https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court