Tender

Measured Term Contract – Controlled Door Entry Systems and Associated Works – Repairs and Servicing 2023-2025 (HO PM 23 033)

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2023/S 000-015585

Procurement identifier (OCID): ocds-h6vhtk-03d304

Published 1 June 2023, 2:52pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlanarkshire.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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

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

Measured Term Contract – Controlled Door Entry Systems and Associated Works – Repairs and Servicing 2023-2025 (HO PM 23 033)

Reference number

NLC-SLP-23-015

two.1.2) Main CPV code

  • 50610000 - Repair and maintenance services of security equipment

two.1.3) Type of contract

Services

two.1.4) Short description

This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works.

-

The Contract will be in place for 12 months, with the option to extend for a maximum period of 12 calendar months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council.

-

Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246)("TUPE") may apply to this contract.

-

Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 50000000 - Repair and maintenance services
  • 50116100 - Electrical-system repair services
  • 50610000 - Repair and maintenance services of security equipment

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

Geographical boundaries of North Lanarkshire Council

two.2.4) Description of the procurement

This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works.

-

The Contract will be in place for 12 months, with the option to extend for a further 12 months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council.

-

Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246) (“TUPE”)may apply to this contract.

-

Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.

two.2.5) Award criteria

Quality criterion - Name: End User Satisfaction / Weighting: 25%

Quality criterion - Name: Programme Adherence / Weighting: 25%

Quality criterion - Name: Health & Safety and Environmental / Weighting: 20%

Quality criterion - Name: Fair Work Practices / Weighting: 10%

Quality criterion - Name: Community Benefits / Weighting: 20%

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £700,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Initial contract will be for 12 months with optional additional 12 months (in 4 x 3 monthly periods)

2024 - If extension NOT utilised

2025 - If extension periods are utilised

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

two.2.14) Additional information

Candidates should read and refer to the ITT, failure to comply with these instructions may result in a Candidate's submission being rejected.

-

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.

-

DEADLINE FOR QUESTIONS IS THURSDAY 22nd JUNE AT 17:00.


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

SPDS Selection Criteria, Part IV Section A: Suitability

-

4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in it's country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Bidders are required to provide information relating to this, i.e. registration number, member number etc.

-

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

-

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1.

-

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A.1, will be assessed as a FAIL and will be excluded from the competition.

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.4 Bidders will be required to have an: “Acid Test” financial ratio of 1.00 and above.

-

SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing 4B.4,4B.4.1,4B.5.1b,4B.5.2 and 4B.5.3

Minimum level(s) of standards possibly required

The minimum acid-test ratio a company should have is 1:00. Bidders with a ratio of less than 1:00 will be assessed as a FAIL and will be excluded from the competition.

-

The “Acid Test” financial ratio will be calculated as follows: Current Assets (minus stocks, inventories, and securities) / Current Liabilities.

-

4B.5.1 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract:

-

Employers Compulsory Liability - 10M GBP for any one occurrence or series of occurrences arising out of one event.

-

4B.5.2 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract:

.

Public Liability - 5M GPB for any one occurrence or series of occurrences arising out of one event.

.

Product Liability - 5M GBP in the aggregate amount for any one period of insurance.

-

Bidders identified for appointment to the contract will be required to either:

- Provide insurance certification evidence demonstrating that they have the minimum levels of insurance provision; or.

- Provide a letter / statement to the Council confirming that they will obtain all required insurance levels within 28 calendar days of receiving a Letter of Acceptance

This element will be assessed on a pass / fail basis.

-

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

three.1.3) Technical and professional ability

List and brief description of selection criteria

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

-

SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards, 4D.1, 4D.2.

-

Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4C.6, 4D.1 and 4D.2 are set out in full in the SPDS and SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.

Minimum level(s) of standards possibly required

4C.1-

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 Contract Notice or the relevant section of the Site Notice

-

Question 4C.1 carries an overall weighting of 100% with 50% attributed to the first example and 50% attributed to example 2.

-

You are required to provide 2 examples, at least one example shall be from the last 3 years.

-

Your examples should be in line with the value, scope, size and complexity of these services.

-

Your response should address however, not be limited to, the following:

- Constraints and challenges of carrying out works at various properties over a

wide geographical area;

- Delivery on time/project over runs and mitigating actions;

- KPI’s agreed and actualised / delivered;

- Project management;

- Risk and mitigating actions for the project; and

- Community and stakeholder engagement and how public/ occupier interfaces were

managed during the project.

-

Bidders will be required to achieve an average minimum score of 50 for this question. An average minimum score of less than 50 will be assessed as a FAIL and will be excluded from the competition.

-

4C.10 -

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

-

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

-

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4C.

-

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4C will be assessed as a FAIL and will be excluded from the competition.

-

4D.1 -

1. The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

.

OR

.

2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 2, a-g.

3. The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

.

OR

.

4. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 4, a-m.

-

4D.2 -

1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

.

OR

.

2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.2 point 2, a-g.

-

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.

-

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D will be assessed as a FAIL and will be excluded from the competition.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements.


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.2.1) Previous publication concerning this procedure

Notice number: 2020/S 130-320315

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

Date

30 June 2023

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.7) Conditions for opening of tenders

Date

30 June 2023

Local time

12:00pm

Place

Electronically within Civic Centre, Motherwell.

North Lanarkshire Council

Information about authorised persons and opening procedure

Procurement professional who is employed by North Lanarkshire Council


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2024 if extension period not utilised or

2025 if extension periods are utilised

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

The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information.

-

Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS.

Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition.

-

The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Bidder then the Bidder must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.

-

Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant.

-

BIDDERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland. The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all bidders.

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=731882.

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.

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:

North Lanarkshire Council's policy on community benefits in procurement aims to consider whether community benefits can be included where it is making capital investments or services/goods are being purchased.

-

An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise.

-

Bidders will be required to provide details within their tender submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation.

(SC Ref:731882)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom