Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Fiona Maguire
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
Environment
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Maintenance and Servicing Contract for Automatic Air Monitoring Equipment
Reference number
NLC-CPT-22-156
two.1.2) Main CPV code
- 90731100 - Air quality management
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council wish to seek a competent supplier for maintenance of Air Quality Monitoring Equipment.
The works comprise of the maintenance and servicing of air quality monitoring equipment including ancillary equipment, as contained within ITT Schedule 1.
All services will be carried out within the boundaries of North Lanarkshire and mainly within the Air Monitoring Stations. These locations are subject to change but will remain within North Lanarkshire.
This procurement exercise is being carried out as a single lot to appoint one supplier to manage all equipment.
Full details of the requirements / specification of the contract can be found within the ITT located in the PCS-Tender System.
two.1.5) Estimated total value
Value excluding VAT: £300,000
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
North Lanarkshire
two.2.4) Description of the procurement
North Lanarkshire Council wish to seek a competent supplier for maintenance of Air Quality Monitoring Equipment.
The works comprise of the maintenance and servicing of air quality monitoring equipment including ancillary equipment, as contained within ITT Schedule 1.
All services will be carried out within the boundaries of North Lanarkshire and mainly within the Air Monitoring Stations. These locations are subject to change but will remain within North Lanarkshire.
This procurement exercise is being carried out as a single lot to appoint one supplier to manage all equipment.
Full details of the requirements / specification of the contract can be found within the ITT located in the PCS-Tender System.
two.2.5) Award criteria
Quality criterion - Name: Personnel / Weighting: 10
Quality criterion - Name: Maintenance and Servicing / Weighting: 15
Quality criterion - Name: Data and Communications / Weighting: 15
Quality criterion - Name: Call Outs and Equipment Support / Weighting: 15
Quality criterion - Name: Fair Work First / Weighting: 2.50
Quality criterion - Name: Community Benefits Methodology / Weighting: 2.50
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
72
This contract is subject to renewal
Yes
Description of renewals
36 Months Initial
+
24 Months Optional
+
12 Months Optional
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
SPD (Scotland) 4A.1 - Bidders must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) regulations 2015.
---
SPD (Scotland) 4A.1 - Within the Qualification Envelope, Bidder’s should provide a response confirming that they are on a relevant trade register i.e. Companies House and provide their Company Registration Number.
Bidders identified for appointment to the contract may be required to provide evidence that demonstrates they are registered on Companies House.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available.
The Acid Test financial ratio will be calculated as follows:
Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities --
SPD (Scotland) 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
- Employer’s (Compulsory) Liability Insurance - minimum 10m GBP (TEN MILLION POUNDS STERLING) for each and every claim
- Public Liability – minimum 5m GBP (FIVE MILLION POUNDS STERLING) for each and every claim
- Product Liability – minimum 5m GBP (FIVE MILLION POUNDS STERLING) in the aggregate
Minimum level(s) of standards possibly required
SPD (Scotland) 4B.4 - The Acid Test (or Quick Ratio) compares a company's most short-term assets to its most short-term liabilities to see if a company has enough cash to pay its immediate liabilities, such as short-term debt. The Acid Test ratio disregards current assets that are difficult to liquidate quickly such as inventory.
Within the Qualification Envelope, the bidder should state their Acid Test ratio score (using the calculation above) for their most recent financial year where fully audited accounts are available.
Bidders who fail to provide a response to this question or fail to achieve an Acid Test ratio score of 1.00 or above within their Tender may be assessed as a FAIL and be excluded from the Procurement.
---
SPD (Scotland) 4B.5 - Within the Qualification Envelope, bidder’s should confirm whether or not they:
-have the required minimum levels of insurance,
-do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the contract,
-do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance,
or
-are exempt from requiring the minimum levels of insurance required by the Council.
Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance may be assessed as a FAIL and be excluded from the Procurement.
Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement.
three.1.3) Technical and professional ability
List and brief description of selection criteria
SPD (Scotland) 4C.2 - Bidders will be required to provide examples of services carried out in the past three years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
SPD (Scotland) 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Minimum level(s) of standards possibly required
SPD (Scotland) 4C.2 - Bidders should provide a minimum of one (1) example of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, and duration.
Within the Qualification Envelope, the bidder should provide a minimum of one (1) example fully inclusive of the name of the contractual arrangement, a brief Description of the requirements, the duration of the contractual arrangement (including start and end dates (month /year) and the overall value.
Bidders who fail to provide suitable examples of the same scope, scale, and duration of the contract may be assessed as a FAIL and be excluded from the Procurement.
SPD (Scotland) 4C.10 – Bidders should confirm whether they intend to subcontract any part of the contract and if so, what proportion will be sub-contracted. Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement.
If sub-contracting large elements of the contract the Council may seek assurances in the form of additional information requests linked to the SPD from sub-contractors.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
See annex 1
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.1.8) 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
9 May 2023
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
9 May 2023
Local time
12:00pm
Place
North Lanarkshire
Information about authorised persons and opening procedure
Corporate Procurement Team
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: January 2029
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
Tenderers are encouraged to review and familiarise themselves with the ITT document located within the Supplier Attachment Area of the PCS Tender System prior to submitting a Tender.
---
Bidders must complete the SPD (Scotland) within the Qualification Envelope of the PCST System 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 (Scotland) 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 should ensure that they submit appropriate SPD (Scotland) 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 (Scotland).
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 (Scotland) may be excluded from the Procurement.
---
All Tenderers must complete the required Qualification and Technical Envelope, and the Technical and Commercial Envelopes within the PCS-T System as instructed.
---
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 (Scotland)) 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-Tender to conduct this ITT exercise. The Project code is 23792. 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:
A summary of the expected community benefits has been provided as follows:
Tenderers should refer to Annex 2 of the ITT Document located within the PCS-T System for further information on the Councils Community Benefit expectations.
(SC Ref:709514)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 23792. 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:
See Annex 2
(SC Ref:728294)
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
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.