Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
Contact
Heather Mooty
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.2) Information about joint procurement
The contract is awarded by a central purchasing body
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
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply & Installation of Immersive Experience Pods (including on-going support)
Reference number
NLC-CPT-22-031
two.1.2) Main CPV code
- 32321200 - Audio-visual equipment
two.1.3) Type of contract
Supplies
two.1.4) Short description
As part of the preparatory work for a potential future procurement procedure, North Lanarkshire Council (the “Council”) is looking to engage with the market for 6 Immersive Experience Rooms to provide an entire room wall projection within various locations for use by Schools and Community Groups. The purpose of this PIN is to invite suppliers to engage early interest with a view to the Council contacting the suppliers who register interest at a later date. The form of communication may be e-mail or a supplier day, the Council will decide based on the level of interest received.
This procurement aligns with the Plan for North Lanarkshire which sets out our vision and plans to deliver a world class digital infrastructure capable of enhancing digital skills and levels of participation within our communities. The planned digital transformation is to be responsive to the needs of communities and enhance the opportunities to engage with services. A further ambition of the Council is to support all children and young people to realise their full potential. In doing so raising attainment and skills for learning life and work.
Having now completed the PIN engagement process the Council now wishes to progress to tender stage. The contract will be for a 5 year period commencing approximately February 2023 concluding in February 2028. The contract will be for an initial commitment of 2 new pods (including support) and the support of an existing pod. A maximum value of 2,000,000 GBP will be applied to the contract to include any future pods the Council may acquire funding for.
two.1.5) Estimated total value
Value excluding VAT: £2,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 48000000 - Software package and information systems
- 44316400 - Hardware
- 51611100 - Hardware installation services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
North Lanarkshire.
two.2.4) Description of the procurement
Services required include:
- Surveys of chosen locations
- Added value opportunities to enhance the experience within these area’s such as interactive options, sensory options, floor projection etc.
- Supply of equipment
- Planning and installations, including provision for timetable and all associated finishing works.
- Live installation of all necessary hardware and software within associated licences.
- Training on use of new technology,
- Ongoing maintenance and support.
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 60
Price - Weighting: 40
two.2.6) Estimated value
Value excluding VAT: £2,000,000
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
The success of the contract will be measured and if required a new generation let late 2027.
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
The Council arranged a day for suppliers to attend as part of the PIN notice and engagement.
The sites the pods are to be installed within must be visited before submitting your response.
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 ESPD Questions 4B.1.2, 4B1.3, 4B.4. 4B.5.1b, 4B.5.2 and 4B.5.3
4B.4 Bidders will be required to state the value(s) for the following financial ratio(s):
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
The Tenderer's response to these questions for Economic and Financial Standing will be evaluated as follows:
Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing
Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.
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.
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
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 one contract 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
TBC
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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: 2022/S 022-191524
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 December 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: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
19 December 2022
Local time
12:00pm
Place
North Lanarkshire
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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 buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 47352. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
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 IT Annex 2.
(SC Ref:714924)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street
Hamilton
ML3 0BT
Telephone
+44 1698282957
Country
United Kingdom
Internet address
https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court
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.