Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
contractstrategy@northlan.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.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.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £700,000
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.2.11) 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 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: 2023/S 000-015585
Section five. Award of contract
Contract No
NLC-SLP-23-015
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
15 September 2023
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 5
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DM Integrated Limited
Century House, Chapelhall Industrial Estate
Chapelhall, Airdrie
ML68QH
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £700,000
Section six. Complementary information
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.
(SC Ref:745004)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom