Section one: Contracting authority
one.1) Name and addresses
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
contractstrategy@northlan.gov.uk
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.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
Appointment of Lift Consultant for Lift Replacement Works - Phase 4 & 5
Reference number
HO TB 23 051 / NLC-SLP-24-002
two.1.2) Main CPV code
- 71310000 - Consultative engineering and construction services
two.1.3) Type of contract
Services
two.1.4) Short description
North Lanarkshire Council wishes to establish a Contract to procure the services of a suitably qualified lift consultant.
-
The successful consultancy is required to undertake the production of full design documentation encompassing the RIBA Stages from 1 to 7.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £51,240
two.2) Description
two.2.2) Additional CPV code(s)
- 71310000 - Consultative engineering and construction services
- 71311000 - Civil engineering consultancy services
- 71311100 - Civil engineering support services
- 71311300 - Infrastructure works consultancy services
- 71312000 - Structural engineering consultancy services
two.2.3) Place of performance
NUTS codes
- UKM84 - North Lanarkshire
Main site or place of performance
Within the geographical area of North Lanarkshire Council
two.2.4) Description of the procurement
North Lanarkshire Council wish to establish a Contract with a suitably qualified lift consultant.
-
The successful consultant is required to undertake the production of full design documentation encompassing the RIBA Stages from 1 to 7.
-
The Council require to renew 9 no. lifts across 5 multi-storey tower block sites within its geographical boundary area to ensure a prolonged safe and reliable service to their tenants, residents and other visitors to the sites. The appointed lift consultant will act on the council’s behalf to allow a tender to be prepared and subsequent appointment of a contractor to carry out works.
-
The works will comprise of but not limited to:
-
Survey of all existing lifts,
Produce design, specification, existing and proposed drawings,
Produce tender specification and schedule of rates,
Provide advice on phasing of works and timescales,
Provide probable cost estimates including pre-tender estimate,
Assist with tender evaluations including report on lifts offered,
Attend design team meetings during design stage,
Attend pre-start mobilisation meeting,
Attend site regularly to inspect works,
Contribute to snagging list,
Sign-off completed works,
Contribute to final defects list and sign-off once complete.
-
In addition to the 5 multi-storey tower block sites where the lifts have already been identified for renewal, the Council requires lift condition surveys completed at a further 30 sites (50no. lifts) to assist with future capital investment planning. A comprehensive condition survey is required on the facilities at each site with an assessment of condition at the time of the survey including a projected remaining lifespan of the facilities.
-
A full list of the addresses for the above lifts can be found within the tender documents.
two.2.5) Award criteria
Quality criterion - Name: End User Satisfaction / Weighting: 30%
Quality criterion - Name: Project Delivery / Weighting: 35%
Quality criterion - Name: Health & Safety and Environmental / Weighting: 25%
Quality criterion - Name: Fair Work Practice / Weighting: 10%
Price - Weighting: 60
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 - THURSDAY 13th JUNE AT 17:00.
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: 2024/S 000-016060
Section five. Award of contract
Contract No
NLC-SLP-24-002
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
3 October 2024
five.2.2) Information about tenders
Number of tenders received: 5
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 5
Number of tenders received by electronic means: 5
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
TUV SUD Ltd
Napier Building, Scottish Enterprise Technology Park
East Kilbride
G75 0QF
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £51,240
Section six. Complementary information
six.3) Additional information
This notice retrospectively completes the Contract Award. The contract period is 31 October 2024 until 10 August 2028. For avoidance of doubt, this is not a new open requirement.
(SC Ref:809418)
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 Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Courts or the Court of Session.