Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
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
Provision of Biomass Heating System Services and Supplies
Reference number
NLC-CPT-21-001
two.1.2) Main CPV code
- 50531100 - Repair and maintenance services of boilers
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council (the Council) and its ALEO’s require an external provider for the provision of biomass heating system services and supplies with sufficient skill and care whilst doing so in a safe and compliant manner.
To enable sufficient provision of future services, the Council wish to initiate a Framework Agreement consisting of two (2) Lots as detailed below:
- Lot 1 – Managed Biomass Heating Systems
- Lot 2 – Biomass Fuel Supply
two.1.5) Estimated total value
Value excluding VAT: £1,400,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Biomass Fuel Supply
Lot No
2
two.2.2) Additional CPV code(s)
- 03413000 - Fuel wood
- 09100000 - Fuels
- 09111400 - Wood fuels
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
All North Lanarkshire Council geographic area
two.2.4) Description of the procurement
This scope of requirements related to Lot 2 is for the delivery of a biomass wood chip fuel supply agreement comprising of provision of wood fuel at two (2) sites within the North Lanarkshire Council area with the Council reserving the right to remove or add sites throughout the duration of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Methodology and Approach / Weighting: 20
Quality criterion - Name: Fair Work Practices / Weighting: 5
Quality criterion - Name: Community Benefit Methodology / Weighting: 2
Quality criterion - Name: Community Benefit Offering / Weighting: 3
Price - Weighting: 70
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be awarded for a total of 42 months (30 plus 12). Following expiry of the Framework Agreement, the Councils may elect to re-tender requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to remove or add sites throughout the duration of the Framework Agreement for Lot 2.
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) Description
two.2.1) Title
Managed Biomass Heating Systems
Lot No
1
two.2.2) Additional CPV code(s)
- 50531100 - Repair and maintenance services of boilers
- 03413000 - Fuel wood
- 09100000 - Fuels
- 09111400 - Wood fuels
- 39715200 - Heating equipment
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
All North Lanarkshire Council geographic area
two.2.4) Description of the procurement
This scope of requirements for Lot 1 relates to the delivery of a managed heat service agreement comprising of provision of wood fuel, servicing and call-out maintenance / repair of biomass heating systems / boiler plant and ancillary equipment at six (6) sites within the North Lanarkshire Council area with the Council reserving the right to remove or add sites throughout the duration of the Framework Agreement.
two.2.5) Award criteria
Quality criterion - Name: Operation and Maintenance / Weighting: 15
Quality criterion - Name: Performance Monitoring / Weighting: 3
Quality criterion - Name: Meter Readings / Weighting: 2
Quality criterion - Name: Response & Resolution Time / Weighting: 10
Quality criterion - Name: Framework Agreement Implementation Plan / Weighting: 10
Quality criterion - Name: Supply Chain Management / Weighting: 1
Quality criterion - Name: Account Management / Weighting: 2
Quality criterion - Name: Performance Reporting & Management Information / Weighting: 2
Quality criterion - Name: Energy Efficiency and Sustainability / Weighting: 5
Quality criterion - Name: Fair Work Practices / Weighting: 5
Quality criterion - Name: Community Benefit Methodology / Weighting: 2
Quality criterion - Name: Community Benefit Offering / Weighting: 3
Price - Weighting: 40
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
42
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be awarded for a total of 42 months (30 plus 12). Following expiry of the Framework Agreement, the Councils may elect to re-tender requirements.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
The Council reserves the right to remove or add sites throughout the duration of the Framework Agreement for Lot 1.
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.1.2) Economic and financial standing
List and brief description of selection criteria
SPD (Scotland) 4B.4 - Bidders will be required to state the value(s) for the following financial ratio: Acid Test ratio of 1.00 and above.
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 Framework Agreement, the types and levels of insurance indicated below:
- Employer’s (Compulsory) Liability Insurance - 10m GBP (TEN MILLION POUNDS STERLING) for any one occurrence and in the aggregate
- Public Liability – minimum 10m GBP (TEN MILLION POUNDS STERLING) for any one occurrence and in the aggregate
- Public Liability – minimum 10m GBP (TEN MILLION POUNDS STERLING) for any one occurrence and 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 Framework Agreement,
-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.1.2 - Bidders will be required to provide examples 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 Framework Agreement.
---
SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within condition 3.2 of the ITT document within the PCS-T System.
---
SPD (Scotland) 4D.2 - Full details of the selection criteria in regards to Environmental Management is located within condition 3.2 of the ITT document within the PCS-T System.
Minimum level(s) of standards possibly required
SPD (Scotland)4C.1.2 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Framework Agreement which were similar in regards to scope, scale and duration.
Within the Qualification Envelope, the bidder should provide a minimum of two (2) examples 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 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 Framework Agreement 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.
---
SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within condition 3.2 of the ITT document within the PCS-T System.
---
SPD (Scotland) 4D.2 - Full details of the selection criteria in regards to Environmental Management is located within condition 3.2 of the ITT document within the PCS-T System.
---
SPD (Scotland) 4C.1, 4D.1 and 4D.2 will be assessed on a Pass /Fail basis.
SPD (Scotland) 4C.10 is for information only and will not be assessed however failure to complete may result in a fail being applied. Any sub-contractors identified may be required to provide a separate SPD (SCOTLAND).
Further information on the minimum requirements and full assessment criteria for Parts 4.C and 4.D of the SPD (Scotland) is located within condition 3.2 of the ITT document within the PCS-T System.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Further information on Framework Agreement monitoring conditions is located within condition 2.10 of the ITT document within the PCS-T System.
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 several operators
Envisaged maximum number of participants to the framework agreement: 2
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
24 June 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
Tender must be valid until: 21 December 2021
four.2.7) Conditions for opening of tenders
Date
24 June 2021
Local time
12:30pm
Place
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 42 months (30 plus 12). 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
Tenderers are encouraged to review and familiarise themselves with the ITT document located within the Supplier Attachment Area of the PCST 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 Qualification Envelope and the Technical Envelope for All Lots within the PCS-T System.
Tenderers are free to submit a Tender for a single or both Lots. Accordingly, Tenderers should ensure that they complete and submit the relevant Technical and Commercial Envelope within the PCS-T System for the Lot(s) that they are submitting a Tender for.
---
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 18727. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361
A summary of the expected community benefits has been provided as follows:
Tenderers should refer to condition 2.8 of the ITT Document located within the PCS-T System for further information on the Councils Community Benefit expectations within the Framework Agreement.
(SC Ref:654565)
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
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.