Tender

Closed Circuit Television (CCTV) and Related Services 2022 – 2024

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2021/S 000-012768

Procurement identifier (OCID): ocds-h6vhtk-02b951

Published 8 June 2021, 10:25am



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

stewartpa@northlan.gov.uk

Telephone

+44 1698403876

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/

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.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

Closed Circuit Television (CCTV) and Related Services 2022 – 2024

Reference number

NLC-CPT-20-003

two.1.2) Main CPV code

  • 92222000 - Closed circuit television services

two.1.3) Type of contract

Services

two.1.4) Short description

The establishment of a contract for the future provision of Closed Circuit Television (CCTV) and Related Services 2022 – 2024. North Lanarkshire Council (the “Council”) has a requirement to maintain a range of security systems across the Councils public space CCTV network currently operating within its boundaries consisting of circa 800 networked cameras managed from a central facility at Coatbridge. The Council also has a requirement to service and maintain similar CCTV and related services to 44 high rise towers, 33 sheltered complexes, 8 supported accommodation units, 158 schools, 46 operational buildings and other specific commercial and residential properties. In addition the Council has a number of sites previously owned by Council related ALEO’s including Culture and Leisure North Lanarkshire (CLNL) and NL Properties (NLP) which will be covered by this Contract.

The requirements are:

- maintenance services, covering CCTV, access control and intruder alarm, including software and hardware maintenance and physical works maintenance;

- capital upgrades and new installations of those systems;

- development of all systems based on open-protocol principles to allow unification over the period of the contract;

- development of the Council’s approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security; and

- a simplified but more cohesive approach to Contract and Supplier Management.

two.1.5) Estimated total value

Value excluding VAT: £5,800,000

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

Housing Property & Projects (Non-Domestic) - CCTV, Access Controls and Intruder Alarms

Lot No

3

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services
  • 32235000 - Closed-circuit surveillance system
  • 32234000 - Closed-circuit television cameras
  • 32231000 - Closed-circuit television apparatus
  • 31625300 - Burglar-alarm systems
  • 35121700 - Alarm systems
  • 45312200 - Burglar-alarm system installation work
  • 42961100 - Access control system
  • 31211110 - Control panels
  • 32573000 - Communications control system
  • 50333000 - Maintenance services of radio-communications equipment
  • 31712114 - Integrated electronic circuits
  • 64227000 - Integrated telecommunications services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process.

The high level scope of the proposed Contract includes the following:

(i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance;

(ii) capital upgrades and new installations of those systems;

(iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and

(iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security.

It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT.

The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The SPD forms part of a Candidate’s Request to Participate (RTP). The SPD selection process will be carried out in two stages;

Stage One: "Exclusion Grounds" (Mandatory and Discretionary) Part III of the SPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether:

a) the Candidate has submitted a complete and compliant SPD response; and

b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the SPD and regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Stage Two: “Selection Criteria – Minimum Requirements”, the Council will determine a ranking (through the scoring of SPD Responses) but only for those bids who successfully pass Stage One “Exclusion Grounds” referred to above. During this second stage of the selection, the Council will determine on a pass/fail basis whether:

Part A - the Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the SPD: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2, 4B.5.3, 4C.6, 4D.1 and 4D.2. If a Candidate’s response is successful at Part A, then the Candidate’s response will be assessed at Part B below.

Part B – Where the Candidate has achieved the minimum score(s) for 4C.1.2 within Part IV, Selection Criteria of the SPD then the sum of the weighted scores achieved by Candidates for 4C.1.2 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking.

Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top five (5) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted.

In the event of a tie for fifth place, all Candidates in fifth place will be selected to receive an ITT. For the avoidance of doubt, a tie for fifth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council’s property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.

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

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.

two.2) Description

two.2.1) Title

Housing Property (Domestic) - CCTV, Access Controls and Intruder Alarms

Lot No

2

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services
  • 32235000 - Closed-circuit surveillance system
  • 32234000 - Closed-circuit television cameras
  • 32231000 - Closed-circuit television apparatus
  • 31625300 - Burglar-alarm systems
  • 35121700 - Alarm systems
  • 45312200 - Burglar-alarm system installation work
  • 42961100 - Access control system
  • 31211110 - Control panels
  • 32573000 - Communications control system
  • 50333000 - Maintenance services of radio-communications equipment
  • 31712114 - Integrated electronic circuits
  • 64227000 - Integrated telecommunications services

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process.

The high level scope of the proposed Contract includes the following:

(i) maintenance services, covering three work packages, comprising CCTV, Intruder Alarm and Access Controls including software and hardware maintenance as well as physical works maintenance;

(ii) capital upgrades and new installations of those systems;

(iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and

(iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security.

It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT.

The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The SPD forms part of a Candidate’s Request to Participate (RTP). The SPD selection process will be carried out in two stages;

Stage One: "Exclusion Grounds" (Mandatory and Discretionary) Part III of the SPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether:

a) the Candidate has submitted a complete and compliant SPD response; and

b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the SPD and regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Stage Two: “Selection Criteria – Minimum Requirements”, the Council will determine a ranking (through the scoring of SPD Responses) but only for those bids who successfully pass Stage One “Exclusion Grounds” referred to above. During this second stage of the selection, the Council will determine on a pass/fail basis whether:

Part A - the Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the SPD: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2, 4B.5.3, 4C.6, 4D.1 and 4D.2. If a Candidate’s response is successful at Part A, then the Candidate’s response will be assessed at Part B below.

Part B – Where the Candidate has achieved the minimum score(s) for 4C.1.2 within Part IV, Selection Criteria of the SPD then the sum of the weighted scores achieved by Candidates for 4C.1.2 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking.

Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top five (5) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted.

In the event of a tie for fifth place, all Candidates in fifth place will be selected to receive an ITT. For the avoidance of doubt, a tie for fifth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council’s property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.

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

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.

two.2) Description

two.2.1) Title

Housing Solutions - CCTV

Lot No

1

two.2.2) Additional CPV code(s)

  • 92222000 - Closed circuit television services
  • 32235000 - Closed-circuit surveillance system
  • 32234000 - Closed-circuit television cameras
  • 32231000 - Closed-circuit television apparatus

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract Lot will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process.

The high level scope of the proposed Contract Lot includes the following:

(i) maintenance services, covering one work package - CCTV and includes software and hardware maintenance as well as physical works maintenance;

(ii) capital upgrades and new installations of those systems;

(iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and

(iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security.

It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT.

The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

Optional extension periods no less than three months each with a maximum extension period of 12 months from the expiry of the initial contract period.

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged number of candidates: 5

Objective criteria for choosing the limited number of candidates:

The SPD forms part of a Candidate’s Request to Participate (RTP). The SPD selection process will be carried out in two stages;

Stage One: "Exclusion Grounds" (Mandatory and Discretionary) Part III of the SPD. During this first stage of the selection, the Council will determine on a pass/fail basis whether:

a) the Candidate has submitted a complete and compliant SPD response; and

b) whether any of the Lead Candidates, Consortium Members and/or Reliance Entities (if any) fall within any of the mandatory grounds for exclusion or, in the case of the discretionary exclusion grounds, are considered ineligible at the discretion of Council, in accordance with Part III of the SPD and regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Stage Two: “Selection Criteria – Minimum Requirements”, the Council will determine a ranking (through the scoring of SPD Responses) but only for those bids who successfully pass Stage One “Exclusion Grounds” referred to above. During this second stage of the selection, the Council will determine on a pass/fail basis whether:

Part A - the Candidate has achieved a pass for the following questions within Part IV, Selection Criteria of the SPD: 4B.4, 4B.4.1, 4B.5.1, 4B.5.2, 4B.5.3, 4C.6, 4D.1 and 4D.2. If a Candidate’s response is successful at Part A, then the Candidate’s response will be assessed at Part B below.

Part B – Where the Candidate has achieved the minimum score(s) for 4C.1.2 within Part IV, Selection Criteria of the SPD then the sum of the weighted scores achieved by Candidates for 4C.1.2 will be used to rank Candidates in order from highest to lowest score to reduce the number of otherwise qualified Candidates based on that ranking.

Based on the final score ranking, the Council intends to limit the number of otherwise qualified Candidates to be selected to receive an ITT to the top five (5) ranked Candidates, insofar as there are a sufficient number of acceptable and compliant RTPs submitted.

In the event of a tie for fifth place, all Candidates in fifth place will be selected to receive an ITT. For the avoidance of doubt, a tie for fifth place will be deemed to have occurred where two or more Candidates have identical scores taken to two decimal points.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The Council’s property portfolio by its very nature will be subject to change. There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the Contract estimated at paragraph II.1.5 of this Contract Notice.

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

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.


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 Selection Criteria Section, question Section A, Part IV, Suitability, the following questions:

4A.1 and 4A.1.1.

Minimum level(s) of standards required:

4A.1 - Candidates must be 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.

Candidates 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. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.

4A.1.1 - If the relevant documentation is available electronically, please indicate.

Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.

three.1.2) Economic and financial standing

List and brief description of selection criteria

SPD Selection Criteria Section, question Section B, Part IV, Economic and Financial Standing, the following questions:

4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3.

Minimum level(s) of standards possibly required

4B.4 - Candidates will be required to state the value for the following financial ratios:

1) Acid Test Ratio; and

2) Operating Profit Ratio.

Acid Test Ratio minimum value required: a value of greater than or equal to 1.00 in the last financial year to 2 decimal places. The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities; and

Operating Profit Ratio minimum value required: a value of greater than or equal to 5% in the last financial year to 2 decimal places. The Operating Profit Ratio will be calculated as follows: Operating Profit divided by Turnover.

4B.4.1 - If the relevant documentation is available electronically, please indicate.

4B.5.1 - Candidates 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 (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate.

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

4B.5.2 – Candidates 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 and in the annual aggregate;

2) Product Liability Insurance: 10,000,000 GBP on an annual aggregate basis; and

3) Professional Indemnity Insurance: 10,000,000 GBP on an annual aggregate basis.

4B.5.3 - If the relevant documentation is available electronically, please indicate.

Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP:

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 period.

three.1.3) Technical and professional ability

List and brief description of selection criteria

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

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

Minimum level(s) of standards possibly required

4C.1.2 - Candidates 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 OJEU Contract Notice or the relevant section of the Site Notice.

Question 4C.1.2 carries an overall weighting of 100%. This question is divided into four (4) separate sections listed below. Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all four (4) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition:

(i) CCTV (Sub-weighting = 30%);

(ii) Access Control (Sub-weighting = 30%);

(iii) Intruder Alarm (Sub-weighting = 30%); and

(iv) Experience of managing all work packages (Sub-weighting = 10%);

The scoring rationale of the evaluation panel for question 4C.1.2 is detailed in the document "Part 4C Scoring Matrix".

4C.6 - Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications:

(i) National Security Inspectorate (NSI) Gold Certification or Security Systems and Alarms Inspection Board Certification (SSAIB) or equivalent; and

(ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors’ Association of Scotland (SELECT) or equivalent.

Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition.

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

Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Restricted procedure

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

The procurement is covered by the Government Procurement Agreement: No

four.2) Administrative information

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

Date

9 July 2021

Local time

12:00pm

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

9 August 2021

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)


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

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

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 Council may choose not to select Candidates that cannot provide basic company information.

Candidates must ensure that they submit appropriate SPDs 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.

For detailed breakdown of the standard statements applicable to SPD Questions 4D.1 and 4D.2, refer to document "VI.3 Additional Information - Part 4D1 & 2", contained within Buyers Attachment area of PCS-T.

Part VI – Concluding statements

Minimum level(s) of standards required:

Candidates unable to complete this part of the SPD may be excluded from the competition.

The complete RTP with no pages omitted must be submitted in accordance with instructions given and signed by an authorised representative i.e. company director or secretary or by a person authorised by the Candidate to do so. If the signatory is not the Candidate then the Candidate must provide at time of submitting the RTP written confirmation of the signatory’s authority to submit the RTP.

Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (“TUPE”) may apply to the proposed Contract. Further details will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process.

The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 18854. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

he service provider and its supply chain will be required to actively participate in the achievement of social, environmental and/or sustainability policy objectives relating to local regeneration, social and economic growth, recruitment, employment and training and supply chain initiatives.

The service provider will be required to provide access to opportunities for SME's wherever possible and will advertise all subcontract opportunities linked to the Contract using the Public Contracts Scotland Portal.

The service provider will be required to ensure that all subcontractors advertise all their subcontracts as described above. In addition, they will be required to identify and provide access to opportunities linked to the Contract to social enterprises wherever possible.

Where job vacancies related to the Contract arise within the service provider’s organisation, they will be required wherever possible and appropriate, to provide access to employment and training opportunities aimed specifically at unemployed individuals and to use all reasonable endeavours to fill those posts with such persons. The service provider should also link in where possible and appropriate to school, student, graduate and other work experience programmes.

Candidates selected to be invited to tender will be required as part of their tender submission to provide a method statement setting out how they will achieve Community Benefits.

(SC Ref:655894)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

Email

hamilton@scotcourts.gov.uk

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 risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.