Opportunity

Supply of Building Cleaning Equipment

  • North Lanarkshire Council

F02: Contract notice

Notice reference: 2024/S 000-008940

Published 20 March 2024, 9:18am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Laura Moffat

Email

Corporateprocurement@northlan.gov.uk

Telephone

+44 1698302413

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.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/

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

Supply of Building Cleaning Equipment

Reference number

NLC-SLP-23-109

two.1.2) Main CPV code

  • 39713410 - Floor-cleaning machines

two.1.3) Type of contract

Supplies

two.1.4) Short description

North Lanarkshire Council has a requirement for the supply and delivery of a range of Hand-Operated Floor Cleaning and Floor-Care Equipment for use by the Authority’s Facility Support Services.

two.1.5) Estimated total value

Value excluding VAT: £475,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 39713430 - Vacuum cleaners
  • 39831300 - Floor cleaners
  • 42995000 - Miscellaneous cleaning machines
  • 42999000 - Non-domestic vacuum cleaners and floor polishers

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

North Lanarkshire Council has a requirement for the supply and delivery of a range of Hand-Operated Floor Cleaning and Floor-Care Equipment for use by the Authority’s Facility Support Services for delivery to our stores at the Bellshill Depot in North Lanarkshire, ML4 3BH.

Items included are all within the details of requirement and pricing schedule.

In addition training on equipment and management of products in line with warranty expectations are included.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 25

Price - Weighting: 75

two.2.6) Estimated value

Value excluding VAT: £475,000

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

48 months initial

12 months extension

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

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.

Bidders must confirm if they hold the particular authorisation or memberships.

three.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

Products Liability Insurance = 5M GBP

three.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders must respond to SPD Questions 4C.1.2, 4C.4, 4C.10 & 4C.11.

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.4 - Should bidders intend to use a supply chain to deliver part or all of the requirements detailed within the Contract Notice, they should confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through their supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Where the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which demonstrates how they will improve their payment performance

4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

4C.11 - Bidders will agree to supply the necessary samples, descriptions and photographs of the products offered.

4D.1 - The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN ISO 9001 (or equivalent).

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

See details of requirement document.


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 May 2024

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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

1 May 2024

Local time

12:00pm

Place

Remotely via Microsoft Teams.

Information about authorised persons and opening procedure

As per General Contract Standing Orders.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Depending on future budgets the Council may procure a replacement agreement.

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 26399. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:761487)

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.