Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
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.