Tender

MTC for Battery Storage Installations 2023-2026 (HO EE 22 078 / NLC-SLP-22-063)

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2022/S 000-027488

Procurement identifier (OCID): ocds-h6vhtk-0371d0

Published 30 September 2022, 1:37pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Head of Assets & procurement Solutions (Infrastructure)

Email

contractstrategy@northlan.gov.uk

Telephone

+44 1698403876

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.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

MTC for Battery Storage Installations 2023-2026 (HO EE 22 078 / NLC-SLP-22-063)

Reference number

HO EE 22 078 / NLC-SLP-22-063

two.1.2) Main CPV code

  • 45000000 - Construction work

two.1.3) Type of contract

Works

two.1.4) Short description

North Lanarkshire Council wishes to establish a contract for the installation of battery storage to existing solar PV systems within NLC Housing Stock.

Additional works could include PV installations + updating out dated distribution boards when identified.

two.1.5) Estimated total value

Value excluding VAT: £9,000,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 45210000 - Building construction work
  • 45211100 - Construction work for houses
  • 45211300 - Houses construction work
  • 45310000 - Electrical installation work
  • 45311000 - Electrical wiring and fitting work
  • 45311100 - Electrical wiring work
  • 45311200 - Electrical fitting work

two.2.3) Place of performance

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

Residential Housing Stock within the geographical area of North Lanarkshire Council

two.2.4) Description of the procurement

North Lanarkshire Council wishes to establish a Measured Term Contract for Battery Storage Installations within Housing Stock in North Lanarkshire Council.

The works comprises of the Mechanical, Electrical, Fire Protection and Public Health Services for Solar PV systems and Battery storage install programmes for North Lanarkshire Council. Including the installation of electrical battery storage in conjunction with existing/new Solar PV systems and additional renewables / low carbon solutions (where appropriate) and all other relevant and associated elements of the system(s) and practical installation. The Works shall include all necessary isolation, down-takings, builders-work, making-good finishes and minor Works associated with each installation. The installations shall be generally to occupied domestic properties but may include vacant domestic properties, on occasion.

two.2.5) Award criteria

Quality criterion - Name: End User Satisfaction / Weighting: 25%

Quality criterion - Name: Project Delivery - Programme / Weighting: 15%

Quality criterion - Name: Project Delivery - Project Team / Weighting: 10%

Quality criterion - Name: Health & Safety and Evironmental / Weighting: 20%

Quality criterion - Name: Fair Work First / Weighting: 10%

Quality criterion - Name: Community Benefits Offered for the Minimum contract period of 12 months / Weighting: 10%

Quality criterion - Name: Community Benefits Offered for the duration on the possible extension period 2 x 4 x 3 monthly periods / Weighting: 5%

Quality criterion - Name: Community Benefits Supporting Methodologies / Weighting: 5%

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £9,000,000

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

Duration in months

12

This contract is subject to renewal

Yes

Description of renewals

Initial Contract will be 12 months, with the option to extend for up to a further 24 months (in 3 monthly periods, provided that the max extension in aggregate will be a period of 12 months from the expiry of the initial contract period),

subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

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

Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT 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 MONDAY 24th OCTOBER AT 12:00.


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

SPDS Selection Criteria, Part IV Section A: Suitability

-

4A.1 and 4A.1.1 - Minimum level of standards required:

4A.1 - Bidders must be registered or enrolled in the relevant professional or trade register kept in it's country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Bidders are required to provide information relating to this, i.e. registration number, member number etc.

-

4A.1.1 - If the relevant documentation is available electronically please indicate.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A.1, will be assessed as a FAIL and will be excluded from the competition.

three.1.2) Economic and financial standing

List and brief description of selection criteria

4B.4 Bidders will be required to have an: “Acid Test” financial ratio of 1.00 and above.

SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing 4B.4,4B.4.1,4B.5.1b,4B.5.2 and 4B.5.3

Minimum level(s) of standards possibly required

The minimum acid-test ratio a company should have is 1:00. Bidders with a ratio of less than 1:00 will be assessed as a FAIL and will be excluded from the competition.

-

The “Acid Test” financial ratio will be calculated as follows: Current Assets (minus stocks, inventories, and securities) / Current Liabilities.

-

4B.5.1 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract:

Professional Risk Indemnity Insurance - 5m GBP in the aggregate amount for any one period of insurance.

-

Employers Compulsory Liability - 10m GBP for any one occurrence or series of occurrences arising out of one event.

-

4B.5.2 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract:

Public Liability - 10m GPB for any one occurrence or series of occurrences arising out of one event.

Product Liability - 10m GBP in the aggregate amount for any one period of insurance.

-

Bidders identified for appointment to the contract will be required to either:

- Provide insurance certification evidence demonstrating that they have the minimum levels of insurance provision; or.

- Provide a letter / statement to the Council confirming that they will obtain all required insurance levels within 28 calendar days of receiving a Letter of Acceptance

This element will be assessed on a pass / fail basis.

-

4B.5.3 - If the relevant documentation is available electronically please indicate.

three.1.3) Technical and professional ability

List and brief description of selection criteria

SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability:

4C.1,4C.1.1,4C.6,4C.10 and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards

-

4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 and 4D.2.2.

Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1.1 and 4D.2.1 are set out in full in the SPDS and the SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.

Minimum level(s) of standards possibly required

4C.1 Bidders should provide a minimum of three (3) 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 regard to scope, scale, and duration. Bidders must achieve an overall combined minimum score requirement of 70.

Bidders unable to meet the minimum requirements for 4C.1 and who fail to achieve an overall score of 70 will be assessed as a FAIL and will be excluded from the competition.

-

4C.6 Bidders will be required to confirm and provide proof that at least one of their employees has the following relevant educational and professional qualifications:

NICEIC or SELECT registration and Competent Person Scheme (alternative accreditations may be provided and must be accompanied by documented evidence to demonstrate it is equivalent to NICEIC or SELECT) The Contractor must be a registered installer on the Microgeneration Certification Scheme, appropriate to the technology proposed. Bidders identified for appointment to the contract will be required to provide evidence i.e. copies of professional certification / accreditation that demonstrates they meet the minimum requirements applied.

-

Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.

-

4D.1 Quality Assurance and Health & Safety. Bidders unable to meet the minimum requirements for all of SPDS Section 4D.1 will be assessed as a FAIL and will be excluded from the competition.

-

4D.2 Environmental Management Systems. Bidders unable to meet the minimum requirements for all of SPDS Section 4D.2 will be assessed as a FAIL and will be excluded from the competition.

-

4D.2.1 – as per SPDS

-

4D.2.2 If the relevant documentation is available electronically, please indicate.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1, 4D.1.1,

-

4D.2 and 4D.2.1.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1, 4D.1.1, 4D.2 and 4D.2.1 will be assessed as a FAIL and will be excluded from the competition.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

The Invitation to Tender documentation contains the relevant contract performance conditions and requirements.


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

31 October 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: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

31 October 2022

Local time

12:00pm

Place

North Lanarkshire Council, Civic Centre, Motherwell

Information about authorised persons and opening procedure

Corporate Procurement Unit via PCS-Tender


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: This contract will be renewed in January 2024 if extension period is not utilised or January 2025 if the extension period is utilised.

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

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. 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.

.

NOTE: The Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland. This is a mandatory tender submission requirement for all bidders.

.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=540731.

.

The buyer will only accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

.

Suppliers must 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 should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (“TUPE”) may apply to this contract.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=701379.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers 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.

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:

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:

North Lanarkshire Council's policy on Community Benefits in procurement aims to consider whether Community Benefits can be included where it is making capital investments or services/goods are being purchased.

-

An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise.

Bidders will be required to provide details within their tender submission of the Community Benefits they will deliver if their tender submission is successful. It should be noted that the Community Benefit commitments made at tender stage may form a contractual obligation.

(SC Ref:701379)

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.