Opportunity

Supply & Installation of Immersive Experience Pods (including on-going support)

  • North Lanarkshire Council

F02: Contract notice

Notice reference: 2022/S 000-033684

Published 28 November 2022, 4:06pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Heather Mooty

Email

mootyh@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.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

Email

hamilton@scotcourts.gov.uk

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.