Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Corporate Procurement
corporateprocurement@northlan.gov.uk
Telephone
+44 1698403876
Fax
+44 1698275125
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
Sheriff Officer Services
Reference number
NLC-CPT-21-025
two.1.2) Main CPV code
- 79100000 - Legal services
two.1.3) Type of contract
Services
two.1.4) Short description
The Officers.
Council is seeking to put in place a Framework Agreement to fulfil its requirement to provide Sheriff Officer Services across various services including the Housing Service with Enterprise and Communities and Legal Services within Legal and Democratic Solutions. This requirement is to fulfil its legal obligations in relation to a number of functions required to be carried out by Sheriff Officers.
two.1.5) Estimated total value
Value excluding VAT: £880,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Sheriff Officer Services - Hamilton Sheriff Court
Lot No
1
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
Sheriff Officer Services within the jurisdiction of Hamilton Sheriff Court. The services required under this Framework Agreement and any resultant Call Off Contract, include but are not to be restricted to:
.
Service or intimation of documents
Ejection
Citation
Diligence
Charges for Payment
Earnings Arrestment
Attachment
Auction
Arrestment
Inhibition
Foreign Citation
Tracing and enquiries
Pre-sue reporting
.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £440,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be awarded for an initial period of 24 months with the Council reserving the sole right to extend for a further two 12 months periods. Accordingly, the potential maximum term of the Framework Agreement is 48 months
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
PLEASE BE AWARE OF THE EXCLUSION GROUNDS:
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
Sheriff Officer Services - Airdrie Sheriff Court
Lot No
2
two.2.2) Additional CPV code(s)
- 79100000 - Legal services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
The services required under this Framework Agreement and any resultant Call Off Contract, include but are not to be restricted to:
.
Service or intimation of documents
Ejection
Citation
Diligence
Charges for Payment
Earnings Arrestment
Attachment
Auction
Arrestment
Inhibition
Foreign Citation
Tracing and enquiries
Pre-sue reporting
.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £440,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The Framework Agreement will be awarded for an initial period of 24 months with the Council reservicing the sole right to extend for a further two 12 months periods. Accordingly, the potential maximum term of the Framework Agreement is 48 months
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
PLEASE BE AWARE OF THE EXCLUSION GROUNDS:
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
All service providers must have Membership of the Society of Messengers-at-Arms and Sheriff Officers.
three.1.2) Economic and financial standing
List and brief description of selection criteria
Bidders must respond to SPD questions 4A.2, 4B.5.1, 4B.5.2.
Minimum level(s) of standards possibly required
4A.2 - Bidders must confirm must confirm Membership of the Society of Messengers-at-Arms and Sheriff Officers.
.
4B.5.1 Employer’s (Compulsory) Liability Insurance = 10,000,000GBP
.
4B.5.2 Public Liability Insurance = 5,000,000GBP
.
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders must respond to SPD questions 4C.1.2, 4C.8.2, 4C.10.
.
The bidder response to question 4C.1.2 will be scored by an evaluation panel using the following rationale:
Score Definition
100 -Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides full assurance that the requirements will be met in full in every respect
90 -Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of the requirements and provides complete details of how the requirement will be met.
80 -Response is highly relevant. Detailed response demonstrates a thorough understanding of the requirement and provides almost totally complete details of how the requirement will be met.
70 -Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding and provides at least 70% of the required details on how the requirement will be fulfilled.
60 -Response is substantially relevant and acceptable and demonstrates a broad understanding of the requirement to a satisfactory depth but could have been more detailed.
50 -Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the requirement but lacks details on how the requirement will be fulfilled in certain areas.
40 -Response is partially relevant but not sufficiently detailed to demonstrate how the requirement will be met. There is a lack of depth of detail or understanding in many areas.
30 -Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited detail or explanation to demonstrate an understanding or how the requirement will be met.
20 -Response demonstrates a lack of understanding and little pertinent detail or explanation of an understanding or how the requirement will be met.
10 -Response demonstrates little relevance, understanding or explanation of how the requirement will be met.
0 -Nil or irrelevant response.
Minimum level(s) of standards possibly required
4C.1.2. Bidder response will be scored by an evaluation panel. Bidders are required to 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 of the Framework Agreement which were similar in regards to scope, scale and duration.
.
4C8.2 Bidders will be required to confirm the number of managerial staff for the last three years.
.
4C.10 Bidders are required to confirm whether they intend to subcontract and, if so, what proportion will be sub-contracted.
.
Responses to 4C8.2 and 4C.10 will not be evaluated.
.
three.2) Conditions related to the contract
three.2.1) Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision
The services can only be provided from an external service provider who are Members of the Society of Messengers-at-Arms and Sheriff Officers.
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.1.3) 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
25 August 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
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
25 August 2021
Local time
12:00pm
Place
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: Approximately 9 months prior to expiry of the proposed Framework
six.2) Information about electronic workflows
Electronic payment will be used
six.3) Additional information
Tenderers must indicate in the Pricing Schedule that they agree that fees payable will be subject to the fees under the Act of Sederunt (Sheriff Appeal Court Rules 2015 and Sheriff Court Rules Amendment) (Miscellaneous) 2016 and any subsequent updates/amendments. This is a pass/fail condition of appointment to the Framework.
.
The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their SPD response. In any case, these must be provided prior to contract award.
.
Tenderers 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.
.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19236. 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:
There is an opportunity for Tenderers to meet the Council's objectives for community benefits through employment and training opportunities; local initiatives such as event sponsorship; support for social enterprises etc.
Tenderers should provide in their ITT response, how in performance and delivery on this framework they will endeavour to support the Council in supporting the social needs of the communities that it serves.
.
(SC Ref:660602)
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.