Tender

MTC Bitumen Macadam (Bitmac) Repairs 2022 – 2026

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2021/S 000-028693

Procurement identifier (OCID): ocds-h6vhtk-02f784

Published 17 November 2021, 1:05pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlan.gov.uk

Telephone

+44 1698403876

Fax

+44 1698275125

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 Bitumen Macadam (Bitmac) Repairs 2022 – 2026

Reference number

NLC-CPT-21-105 / HO PM 21 062

two.1.2) Main CPV code

  • 45233251 - Resurfacing works

two.1.3) Type of contract

Works

two.1.4) Short description

Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council’s Corporate and Housing property portfolios. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as footpaths, playgrounds, car parks, etc. within the geographical boundaries of North Lanarkshire Council.

It is proposed that the scope of works comprise

The total estimated Contract value is up to 5,950,000 GBP split over two lots as follows:

Lot 1 (Corporate properties) – total value up to 2,800,000 GBP (up to a maximum of 800,000 GBP per annum);

Lot 2 (Housing properties) – total value up to 3,150,000 GBP (up to a maximum of 900,000 GBP per annum)

two.1.5) Estimated total value

Value excluding VAT: £5,950,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Lot 1 - Corporate properties

Lot No

1

two.2.2) Additional CPV code(s)

  • 45233251 - Resurfacing works

two.2.3) Place of performance

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

North Lanarkshire Council area

two.2.4) Description of the procurement

Lot 1 (Corporate properties) – total value up to 2,800,000 GBP (up to a maximum of 800,000 GBP per annum)

Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council’s Corporate property portfolio. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as schools, nurseries, libraries, sports centres, office accommodation, community centres and cemeteries within the geographical boundaries of North Lanarkshire Council.

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 (offered for the minimum contract period of 18 months) / Weighting: 10%

Quality criterion - Name: Community Benefits (offered for the duration of the possible 3 month extension periods (up to 24 months)) / Weighting: 5%

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

Price - Weighting: 60%

two.2.6) Estimated value

Value excluding VAT: £2,800,000

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

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

Initial Contract will be 18 months, with the option to extend for up to a further 24 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 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 9/12/21 AT 12:00.

two.2) Description

two.2.1) Title

Lot 2 - Housing properties

Lot No

2

two.2.2) Additional CPV code(s)

  • 45233251 - Resurfacing works

two.2.3) Place of performance

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

North Lanarkshire area

two.2.4) Description of the procurement

Lot 2 (Housing properties) – total value up to 3,150,000 GBP (up to a maximum of 900,000 GBP per annum)

Provision of a Bitmac Repairs and associated works service to support the ongoing maintenance of the Council’s Housing property portfolio. The Contract will comprise normal response repairs, immediate response repairs and empty properties repairs in areas such as multi storey blocks, housing estates, local offices, children’s playgrounds, cross-overs adjacent to public roads, etc. within the geographical boundaries of North Lanarkshire Council.

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 (offered for the minimum contract period of 18 months) / Weighting: 10%

Quality criterion - Name: Community Benefits (offered for the duration of the possible 3 month extension periods (up to 24 months)) / Weighting: 5%

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

Price - Weighting: 60

two.2.6) Estimated value

Value excluding VAT: £3,150,000

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

Duration in months

18

This contract is subject to renewal

Yes

Description of renewals

Initial Contract will be 18 months, with the option to extend for up to a further 24 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 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 9/12/21 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

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

4B.4 - Bidders will be required to meet the undernoted Current Ratio minimum requirements. Bidders will be required to state the value(s) for the following financial ratio(s):

Acid Test Ratio

The acceptable range for the Acid Test Ratio is:

Minimum value required: a value of greater than or equal to 1.00 in each of the last three financial years to 2 decimal places.

The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places.

The bidder will be required to provide their audited financial accounts for the previous three years in order that the Council may confirm this ratio.

4B.4.1 - If the relevant documentation is available electronically, please indicate.

4B.5.1b - Bidders 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 Liability Insurance: 10,000,000 GBP

http://www.hse.gov.uk/pubns/hse40.pdf

4B.5.2 - Bidders 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

2) Product Liability Insurance: 5,000,000 GBP

4B.5.3 - 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. 4B.4, 4B.5.1b and 4B.5.2.

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. 4B.4, 4B.5.1b and 4B.5.2 will be assessed as a FAIL and will be excluded from the competition.

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 will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. Three examples are required for each lot that the bidder is tendering for, however, the examples chosen can be used for both lots. At least one example should be from the last 3 years.

Question 4C.1 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. As a minimum, each example provided should detail the constraints, risks and challenges encountered and how these were managed and mitigated, including community engagement, project management, programme management, and KPI evaluations.

Bidders must achieve an overall combined minimum score requirement of 50%.

4C.1.1 - If the relevant documentation concerning satisfactory execution and outcome for the most important works is available electronically, please indicate.

4C.6 – Bidders will be required to confirm and provide proof that they and/or the service provider have all of the following accreditations:

ISO 9001 Quality Management, ISO 14001 Environmental Management, ISO 18001 Health and Safety Management.

Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above.

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

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., 4C.1, 4C.6 and 4C.10.

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. 4C.1,4C.6 and 4C.10 will be assessed as a FAIL and will be excluded from the competition.

4D.1

Quality Management Procedures

The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or satisfy items a-g as detailed in 4D.1.1.

4D.1.1 – as per SPDS

Health and Safety Procedures

The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or satisfy items a-l in 4D.1.1 of the SPDS.

4D.1.2 If the relevant documentation is available electronically, please indicate.

4D.2 - The Bidder must hold and provide a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or satisfy items a-g as listed in 4D.2.1.

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 (ITT) will contain 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

17 December 2021

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

17 December 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 2ND QUARTER 2025

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 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 Candidate then the Candidate 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.

Declaration of Non-involvement in Serious Organised Crime - In the case of any criminal history checks, the Council may exclude Bidders where the information provided to the Council by the Police Service of Scotland does not validate fully the information provided by the Bidder. Failure to disclose information that is relevant to this section or serious misrepresentation in relation to the information disclosed will result in exclusion from the Procurement or the termination of any subsequent contract that may be/has been awarded.

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=672974.

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.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Not required

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:672974)

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.