Construction Tenders

Wed July 17 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 21st May 2024

Tender Details
Referenceocds-h6vhtk-046960
Common Procurement VocabularyConsultative engineering and construction services
Procurement MethodOpen procedure
Value£250,000
« Previous Page

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 21st May 2024

Tender Details
Referenceocds-h6vhtk-046960
Common Procurement VocabularyConsultative engineering and construction services
Procurement MethodOpen procedure
Value£250,000

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

contractstrategy [at] 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

I.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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Appointment of Lift Consultant for Lift Replacement Works - Phase 4 & 5

Reference number

HO TB 23 051 / NLC-SLP-24-002

II.1.2) Main CPV code

  • 71310000 - Consultative engineering and construction services

II.1.3) Type of contract

Services

II.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.

II.1.5) Estimated total value

Value excluding VAT: £250,000

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.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

II.2.3) Place of performance

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

Within the geographical area of North Lanarkshire Council

II.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.

II.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

II.2.6) Estimated value

Value excluding VAT: £250,000

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

Duration in months

45

This contract is subject to renewal

No

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.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 III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

If required by the member state, Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.

-

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 - 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.

III.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.

-

Minimum value required: a value of greater than or equal to 1.00 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 year in order that the Council may confirm this ratio.

The Council reserves the right at its own discretion to seek information from the applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015, to determine the Applicant's economic and financial standing. North Lanarkshire Council requires to ensure that the operator has the necessary economic and financial capacity to perform and complete the contract. In the current difficult economic environment, the Council seeks to ensure that the contractor who undertakes the Services required, has suitable financial strength and capacity to complete these Services.

-

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 5m GBP (TEN MILLION POUNDS STERLING) for each and every claim

- Public Liability – Minimum 10m GBP (TEN MILLION POUNDS STERLING) for each and every claim

- Professional Indemnity – Minimum 5m GBP (TEN MILLION POUNDS STERLING) for each and every claim

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.

III.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.4, 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, 4D2.1 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 two (2) examples, at least one example within the last 3 years and completed through final defects, which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, duration and complexity of the contract. Bidders must achieve an overall combined minimum score requirement of 50.

-

Your response should address however, not be limited to, the following:

- Delivery on time or project over runs and mitigating actions;

- Project management;

- Risk and mitigating actions for the project; and

- Community and stakeholder engagement and how public or occupier interfaces were managed during the project.

-

Bidders unable to meet the minimum requirements for 4C.1 and who fail to achieve an overall score of 50 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:

-

- Systems that meet the requirements of International Standard BS EN ISO 9001:2015;

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.

-

Bidders identified for appointment to the contract will be required to provide evidence i.e. copies of professional certification or accreditation that demonstrates they meet the minimum requirements applied.

-

Question 4C.10 - Bidders will be required to confirm whether they intend to subcontract 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 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.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

Please refer to The Invitation to Tender documentation.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

20 June 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

20 June 2024

Local time

12:00pm

Place

North Lanarkshire Council premises.

Information about authorised persons and opening procedure

By Procurement Professionals employed by North Lanarkshire Council.


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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 13 "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.

-

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=765231.

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=765231.

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

(SC Ref:765231)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

VI.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.