Tender

Corporate Booking System

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2023/S 000-022188

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

Published 31 July 2023, 2:36pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlan.gov.uk

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

Corporate Booking System

Reference number

NLC-CPT-22-173

two.1.2) Main CPV code

  • 48100000 - Industry specific software package

two.1.3) Type of contract

Supplies

two.1.4) Short description

Provision of Corporate Booking System.

two.1.5) Estimated total value

Value excluding VAT: £6,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 48100000 - Industry specific software package

two.2.3) Place of performance

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

Members of the public may access the system outwith North Lanarkshire boundaries.

two.2.4) Description of the procurement

See Annex 1 Details of Requirements and Statement of Requirements.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35

Quality criterion - Name: Statement of Requirements / Weighting: 15

Price - Weighting: 50

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

Duration in months

60

This contract is subject to renewal

Yes

Description of renewals

2 x Optional Extensions of 12 months each.

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


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, Tenderers are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

4A.2: Where it is required, within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.

Bidders must confirm if they hold the particular authorisation or memberships.

Failure to do so may result in the Tenderer being disqualified from the competition

three.1.2) Economic and financial standing

List and brief description of selection criteria

Tenderers must respond to SPD Questions 4B.1.2, 4B1.3, 4B.4. 4B.5.1b, 4B.5.2 and 4B.5.3.

Acid Test Ratio - 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. The acid-test ratio may not give a reliable picture of a firm's financial condition if the company has accounts receivable that take longer than usual to collect or current.

Minimum level(s) of standards possibly required

Employers Liability - 10000000GBP each and every claim and in the annual aggregate

Public Liability - 5000000GBP each and every claim and in the annual aggregate

Product Indemnity - 5000000GBP each and every claim or in the annual aggregate.

Sofware development insurance may be required depending on solution offered.

Where in the aggregate, the policy should allow for a minimum of one automatic reinstatement of the sum insured in any one period. PI insurance should be maintained for the period of the contract including any optional extensions.

4B.4 The bidder must pass the one financial ratio used in this procurement.

The ratio(s) detail above for Part 4B.4 of the SPD (Scotland) will be calculated as follows:

Acid Test Ratio - minimum ratio 1.0.

Should the Council determine that a Bidder is unable to meet the required financial assessment (as above), the Council reserves the sole right to clarify and appraise the Bidders financial standing further. This process will be undertaken in accordance with the Council’s internal financial appraisal guidance to provide comfort that the Bidder’s financial position does not pose any risk to the Council should they be successful in being awarded the agreement.

Should the Council issue a Request for Documentation, Bidders will be required to provide evidence i.e. a PDF version of their most recent sets of audited accounts.”

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C1.2 Tenderers will be required to demonstrate that they have the relevant experience to deliver the services/supplies as described in this Contract Notice.

4C.10 Tenderers will be required to provide the proportion (i.e. percentage) of the contract that they intend to subcontract.

4D.1 Tenderers are required to provide a statement that demonstrates that they have the relevant quality assurance standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice.

4D.2 Tenderers are required to provide a statement that demonstrates that they have the relevant environmental management standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice.

Minimum level(s) of standards possibly required

4C 1.2 Successful delivery of two contracts of a similar scope and nature which have been fulfilled in any of the three years prior to the publication of this notice. Tenderers must provide verifiable evidence of each contract relied upon to demonstrate achievement of this standard.

4C.10 For information purposes.

4D.1 The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or meet any minimum requirements stated within the PCS-T notice.

4D.2 The candidate must hold independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or meet any minimum requirements stated within the PCS-T notice.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Please refer to tender documents.


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

Date

1 September 2023

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

1 September 2023

Local time

12:00pm

Place

Virtual


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Likely that the contract will require renewal.

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

Question deadline: 22nd August 2023 @ 12:00

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 24836. 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:

Please refer to Community Benefit documentation included within tender documents.

(SC Ref:740260)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

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.