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 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 Swimming / Hydrotherapy Pools and Ancillary Equipment; Servicing & Maintenance 2024 - 2026 (HO PM 23 084)
Reference number
HO PM 23 084 / NLC-SLP-23-100
two.1.2) Main CPV code
- 50000000 - Repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council wishes to establish a Contract for the provision of cyclical inspection and servicing of Swimming / Hydrotherapy Pool Plant, and ongoing maintenance and repairs of Swimming / Hydrotherapy Pools and Ancillary Equipment at various corporate properties and leisure facilities throughout the geographical area of North Lanarkshire Council.
two.1.5) Estimated total value
Value excluding VAT: £350,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 45212212 - Construction work for swimming pool
- 43324100 - Equipment for swimming pools
- 45212290 - Repair and maintenance work in connection with sports facilities
- 45259000 - Repair and maintenance of plant
- 45212100 - Construction work of leisure facilities
- 45242000 - Waterside leisure facilities construction work
- 45212110 - Leisure centre construction work
- 37416000 - Leisure equipment
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
Various Corporate properties and Leisure facilities within geographical area of North Lanarkshire Council
two.2.4) Description of the procurement
North Lanarkshire Council wishes to establish a Contract for the provision of cyclical inspection and servicing of Swimming & Hydrotherapy Pool Plant, and ongoing maintenance and repairs of Swimming / Hydrotherapy Pools and Ancillary Equipment at various corporate properties and leisure facilities throughout the geographical area of North Lanarkshire Council as per Asset List, providing detailed reports with recommendation, all subject to the issue of Orders from the CA.
-
The detailed scope of the works is indicated by the Specification and descriptive items in the Schedule of Rates instructed as Orders under the Contract.
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 First / Weighting: 10%
Quality criterion - Name: Community Benefits Offered for the minimum contract period of 10 months / Weighting: 10%
Quality criterion - Name: Community Benefits Offered for the duration of the possible 3 month extension periods (up to 12 months) / Weighting: 5%
Quality criterion - Name: Community Benefits Supporting Methodologies / Weighting: 5%
Price - Weighting: 60
two.2.6) Estimated value
Value excluding VAT: £350,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
2025 if extension period NOT utilised
or
2026 if extension period IS utilised.
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 ITT 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 WEDNESDAY 10th JANUARY 2024 AT 17:00.
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
SPD (Scotland) 4A.1 - Bidders must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) regulations 2015.
-
SPD (Scotland) 4A.1 - Within the Qualification Envelope, Bidder’s should provide a response confirming that they are on a relevant trade register i.e. Companies House and provide their Company Registration Number.
Bidders identified for appointment to the contract may be required to provide evidence that demonstrates they are registered on Companies House.
three.1.2) Economic and financial standing
List and brief description of selection criteria
The acceptable range for Acid Test financial ratio is the bidders most recent financial year where fully audited accounts are available.
The Acid Test financial ratio will be calculated as follows:
Liquid Assets (Cash and Cash Equivalents + Marketable Securities + Accounts Receivable) / Current Liabilities -
-
SPD (Scotland) 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
-
- Employer’s (Compulsory) Liability Insurance - minimum 10m GBP (TEN MILLION POUNDS STERLING) for each and every claim
- Public Liability – minimum 10m GBP (TENMILLION POUNDS STERLING) for each and every claim
- Product Liability – minimum 10m GBP (TENMILLION POUNDS STERLING) in the aggregate
Minimum level(s) of standards possibly required
SPD (Scotland) 4B.4 - 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.
Within the SPDS, the bidder should state their Acid Test ratio score (using the calculation above) for their most recent financial year where fully audited accounts are available.
-
Bidders who fail to provide a response to this question or fail to achieve an Acid Test ratio score of 1.00 or above within their Tender may be assessed as a FAIL and be excluded from the Procurement.
-
SPD (Scotland) 4B.5 - Within the SPDS, bidder’s should confirm whether or not they:
-have the required minimum levels of insurance,
-do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the contract,
-do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance,
or
-are exempt from requiring the minimum levels of insurance required by the Council.
Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance may be assessed as a FAIL and be excluded from the Procurement.
-
Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement.
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, at least one example shall be completed through final defects, 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, duration and complexity of these services. 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:
PWTAG / Pool Plant Operators certification.
-
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.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-029374
four.2.2) Time limit for receipt of tenders or requests to participate
Date
17 January 2024
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 January 2024
Local time
12:00pm
Place
Via Public Contract Scotland e-tendering system.
Information about authorised persons and opening procedure
Procurement professional employed by North Lanarkshire Council
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 2026 if extension periods ARE utilised
or
2025 if extension periods are NOT 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
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.
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=749654.
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:
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:749654)
six.4) Procedures for review
six.4.1) Review body
Scottish Courts
Edinburgh
Country
United Kingdom