Notice Information
Notice Title
MTC Gas Heating System Replacements 2022-2026
Notice Description
Full replacement gas heating systems - Council Wide. Removal of all existing heating systems and installation of new throughout.
Lot Information
MTC Gas Heating System Replacements 2022-2026
Full replacement gas heating systems - Council Wide. Removal of all existing heating systems and installation of new throughout.
Renewal: Initial proposed Contract will be 22 months, with option to extend for a further 24 months (each such extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.
MTC Gas Heating System Replacements 2022-2026Full replacement gas heating systems - Council Wide. Removal of all existing heating systems and installation of new throughout.
Renewal: Initial proposed Contract will be 22 months, with option to extend for a further 24 months (each such extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02dedf
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/007997-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large, SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45333000 - Gas-fitting installation work
Notice Value(s)
- Tender Value
- £24,000,000 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £24,000,000 £10M-£100M
Notice Dates
- Publication Date
- 24 Mar 20223 years ago
- Submission Deadline
- 11 Oct 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 24 Mar 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- 2nd Quarter 2024
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- cookc@northlan.gov.uk
- Contact Phone
- +44 1698403876
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02dedf-2022-03-24T12:54:52Z",
"date": "2022-03-24T12:54:52Z",
"ocid": "ocds-h6vhtk-02dedf",
"description": "(SC Ref:688078)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-21-060",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "MTC Gas Heating System Replacements 2022-2026",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45333000",
"description": "Gas-fitting installation work"
},
"mainProcurementCategory": "works",
"description": "Full replacement gas heating systems - Council Wide. Removal of all existing heating systems and installation of new throughout.",
"value": {
"amount": 24000000,
"currency": "GBP"
},
"lotDetails": {
"maximumLotsAwardedPerSupplier": 1
},
"lots": [
{
"id": "1",
"title": "MTC Gas Heating System Replacements 2022-2026",
"description": "Full replacement gas heating systems - Council Wide. Removal of all existing heating systems and installation of new throughout.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 660
},
"hasRenewal": true,
"renewal": {
"description": "Initial proposed Contract will be 22 months, with option to extend for a further 24 months (each such extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
},
{
"id": "2",
"title": "MTC Gas Heating System Replacements 2022-2026",
"description": "Full replacement gas heating systems - Council Wide. Removal of all existing heating systems and installation of new throughout.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "40"
},
{
"type": "price",
"description": "60"
}
]
},
"contractPeriod": {
"durationInDays": 660
},
"hasRenewal": true,
"renewal": {
"description": "Initial proposed Contract will be 22 months, with option to extend for a further 24 months (each such extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45333000",
"description": "Gas-fitting installation work"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"deliveryLocation": {
"description": "North Lanarkshire Council area"
},
"relatedLot": "1"
},
{
"id": "2",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45333000",
"description": "Gas-fitting installation work"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"deliveryLocation": {
"description": "North Lanarkshire Council area"
},
"relatedLot": "2"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD Selection Criteria, Part IV Section A: Suitability 4A.1 and 4A.1.1 Minimum level of standards require: 4A.1 - Bidder is enrolled in the relevant professional or trade registers kept in its country of establishment. Bidders must be registered or enrolled in the relevant professional or trade register kept in its country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Bidders should confirm they are registered or enrolled on the relevant trade register and provide information relating to this, i.e. registration number, member number etc. Bidders that are unable to meet all of the minimum level(s) of standards required for questions 4A.1 and 4A.1.1 (Part IV, A Suitability of the SPD), will be assessed as a FAIL and will be excluded from the competition. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - 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 this question.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Selection Criteria, Part IV, Section B: Economic and Financial Standing, the following questions: 4B.1.2, 4B.3, 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2, and 4B.5.3",
"minimum": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of: 5,000,000GBP for Lot 1; and 4,000,000GBP for Lot 2; for the last three (3) years that statutory accounts are available. Bidders who have not yet submitted three years' statutory accounts but can demonstrate three years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates their financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Bidders are required to provide financial accounts for the three years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.3 - Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up or started trading. 4B.4 - Bidders will be required to meet the undernoted Current Ratio minimum requirements. Current Ratio The acceptable range for the Current Ratio is: Minimum value required: a value of greater than or equal to 1.00 in each of the last three financial years to 2 decimal places. The Current Ratio will be calculated as follows: Current Assets divided by Current Liabilities, calculated to 2 decimal places. The bidder will be required to provide their audited financial accounts for the previous three years in order that the Council may confirm this ratio 4B.5.1b - Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 5,000,000 GBP each and every claim. 2) Product Liability Insurance: 5,000,000 GBP each and every claim. If the relevant documentation is available electronically, please indicate. Bidders that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.3, 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2, and 4B.5.3 (Part IV Section B, Economic and Financial Standing of the SPD), will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender submission: 1) an SPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension periods.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "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 4C.1, 4C.6 and 4C.10 are set out in full in the SPD(S) and SPD(S) Minimum Requirements document, which can be accessed through the buyer attachment area within the portal. SPD Selection Criteria, Part IV Section C: Technical and Professional Ability: 4C.1. 4C.6 and 4C.10. SPD Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards: List and brief description of selection criteria: 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, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1, and 4D.2.2 are set out in full in the SPD(S) and the SPD(S) Minimum Requirements document, which can be accessed through the buyer attachment area within the portal. SPD 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.",
"minimum": "4C.1 - Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 3 examples are required for each lot that the bidder is tendering for; however, the examples chosen can be used for both lots. At least one example should be from the last 3 years. Question 4C.1 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. As a minimum, each example provided should detail the constraints, risks and challenges encountered and how these were managed and mitigated, including community engagement, project management, programme management, and KPI evaluations. Bidders must achieve an overall combined minimum score requirement of 70 per lot. Bidders unable to meet the minimum requirements for 4C.1 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 they have all of the following relevant educational and professional qualifications: 1. Gas Safe registration; 2. NICEIC registration; and 3. the installers' registration cards together with relevant ACS and CPA1 documentation are to be submitted for approval prior to works commencing. 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 who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 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 Management and Health and Safety Procedures) Quality Management Procedures The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or satisfy items a-g as detailed in 4D.1.1. Health and Safety Procedures The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum or satisfy items a-l in 4D.1.1. 4D.1.2 - If the relevant documentation is available electronically, please indicate. 4D.2 - The Bidder must hold and provide a UKAS (or equivalent) accredited independent third-party certificate of compliance with BS EN ISO 14001 (or equivalent) or satisfy items a-g as listed in 4D.2.1. Bidders unable to meet the minimum requirements for all of SPD Section 4D will be assessed as a FAIL and will be excluded from the competition.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-10-11T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-10-11T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-10-11T12:00:00+01:00"
},
"hasRecurrence": true,
"reviewDetails": "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",
"recurrence": {
"description": "2nd Quarter 2024"
}
},
"parties": [
{
"id": "GB-FTS-689",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698403876",
"email": "cookc@northlan.gov.uk",
"faxNumber": "+44 1698275125",
"url": "http://www.publiccontractscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-26938",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-373",
"name": "Gas Call Services Ltd",
"identifier": {
"legalName": "Gas Call Services Ltd"
},
"address": {
"streetAddress": "2 Queenslie Court, Summerlee Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G33 4DB",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
},
{
"id": "GB-FTS-8549",
"name": "Saltire Facilities Management Ltd",
"identifier": {
"legalName": "Saltire Facilities Management Ltd"
},
"address": {
"streetAddress": "Carnbroe House, 1 Finch Way, Strathclyde Business Park,",
"locality": "Bellshill",
"region": "UKM84",
"postalCode": "ML4 3PE",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "john.reynolds@sfml.co.uk"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"language": "en",
"awards": [
{
"id": "007997-2022-1",
"relatedLots": [
"1"
],
"title": "MTC Gas Heating System Replacements 2022-2026",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-373",
"name": "Gas Call Services Ltd"
}
]
},
{
"id": "007997-2022-2",
"relatedLots": [
"2"
],
"title": "MTC Gas Heating System Replacements 2022-2026",
"status": "active",
"suppliers": [
{
"id": "GB-FTS-8549",
"name": "Saltire Facilities Management Ltd"
}
]
}
],
"contracts": [
{
"id": "007997-2022-1",
"awardID": "007997-2022-1",
"title": "MTC Gas Heating System Replacements 2022-2026",
"status": "active",
"value": {
"amount": 14000000,
"currency": "GBP"
},
"dateSigned": "2022-03-24T00:00:00Z"
},
{
"id": "007997-2022-2",
"awardID": "007997-2022-2",
"title": "MTC Gas Heating System Replacements 2022-2026",
"status": "active",
"value": {
"amount": 10000000,
"currency": "GBP"
},
"dateSigned": "2022-03-24T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 10
},
{
"id": "6",
"measure": "bids",
"relatedLot": "2",
"value": 10
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 7
},
{
"id": "7",
"measure": "smeBids",
"relatedLot": "2",
"value": 7
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "8",
"measure": "foreignBidsFromEU",
"relatedLot": "2",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "9",
"measure": "foreignBidsFromNonEU",
"relatedLot": "2",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 10
},
{
"id": "10",
"measure": "electronicBids",
"relatedLot": "2",
"value": 10
}
]
}
}