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/
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
Greenspace Development Framework
Reference number
NLC-CPT-21-142
two.1.2) Main CPV code
- 45111291 - Site-development work
two.1.3) Type of contract
Works
two.1.4) Short description
Planning and Regeneration services require timely access to competent external consultants which can provide the advice, insight and skills required to enable it to deliver place-based regeneration at pace and scale.
The appointed consultant is required be required to undertake site investigations required on sites identified by NLC and to engage with community groups linked to each site or to identify potential active groups that may take on ownership and management of each identified sites. The appointed consultant will develop ideas and concepts with the community groups and with NLC's Growth Team. The appointed consultant will be expected to take concept designs and develop these to a detailed level to provide project costs and to allow for tender documentation to be developed to allow a procurement process to be undertaken. The consultant will be expected to manage the procurement and tender evaluation process and will appoint the successful contractor and manage throughout the contract process through to final completion whilst liasing with the Growth Team during all the relevant stages. To assist with the ongoing development of North Lanarkshire Council’s Greenspace the support and input for NLC’s Planning department will be invaluable in focussing for the future use of greenspace development. Specialist input and experience will assist in helping push development forward and making decisions on community projects and the development of North Lanarkshire Council’s green spaces.
two.1.5) Estimated total value
Value excluding VAT: £5,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 79415200 - Design consultancy services
- 79418000 - Procurement consultancy services
- 79419000 - Evaluation consultancy services
- 79421100 - Project-supervision services other than for construction work
- 79421200 - Project-design services other than for construction work
- 71540000 - Construction management services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
two.2.4) Description of the procurement
A full and detailed Details of Requirements is provided within Annex 1 of the document suite and can be downloaded from the General Attachments area within the PCS-T portal.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 70
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £5,000,000
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
The Council intends to include an additional 2 x 12 month extension period which can be utilised should circumstances arise that such an extension is required.
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
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
4A.1 - If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
The Bidder response to this question for Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice section 3.1.1 (Suitability)
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section 3.1.1 (Suitability)
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 - 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
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 for any one occurrence.
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 for any one occurrence;
2) Professional Indemnity Insurance: 5,000,000 GBP in the aggregate.
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 tender:
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 (Scotland) 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 Find a Tender Service Contract Notice or the relevant section of the Site Notice.
---
SPD (Scotland) 4C.4 - Bidders will be required to provide a statement of the relevant supply chain management and/or tracking systems used to ensure a resilient and sustainable supply chain.
---
SPD (Scotland) 4C.6 - Bidders will be required to confirm whether that they have all of the relevant certifications required for this Contract.
---
SPD (Scotland) 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the Contract.
---
SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance is located within attachment VI.3 Additional Information - Part 4D1 contained within the PCS-T System.
Minimum level(s) of standards possibly required
SPD (Scotland) 4C.1 - 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 Contract 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.4 - Bidders shall be required to provide a statement of the relevant supply chain management and/or tracking systems used to ensure a resilient and sustainable supply chain. Bidders are required to confirm their compliance and be able to provide the appropriate documentation.
---
SPD (Scotland) 4C.6 - Bidders will be required to confirm that they have the following relevant certification:
(i) Chartered Member of the Landscape Institute (CMLI)
Should a Bidder feel they have an equivalent qualification to that stated above, the Bidder should utilise the message area within PCS-T System to advise the equivalent qualification(s) they possess to which the Council will advise to all Bidders if the equivalent qualification is acceptable or not.
---
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.
---
SPD (Scotland) 4D.1 - Full details of the selection criteria in regards to Quality Assurance is located within attachment VI.3 Additional Information - Part 4D1 contained within the PCS-T System.
---
SPD (Scotland) 4C.1, 4C.4, 4C.6 and 4D.1 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 4C and 4D of the SPD (Scotland) is located within attachment VI.3 Additional Information - Part 4D1 contained within the PCS-T System.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
The Invitation to Tender (ITT) contains the relevant Contract Performance requirements.
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 a single operator
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
17 August 2022
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: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
17 August 2022
Local time
12:00pm
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
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.
.
Bidders 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 must 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 competition.
.
All Tenderers should complete the Qualification, Technical and Commercial Envelopes within the PCS-T System as part of their Tender
.
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 21678. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Tenderers should download, fully complete and re-upload the attached document entitled "Greenspace Development ITT - Community Benefit Offering Menu"
(SC Ref:697915)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom