Notice Information
Notice Title
Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property
Notice Description
There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.
Lot Information
Lot 1
Risk assessments, monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area.
Renewal: Initial Contract will be 17 months, with the option to extend for up to a further 12 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 12 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-02f783
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/014769-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
85 - Health and social work services
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
71313430 - Environmental indicators analysis for construction
71630000 - Technical inspection and testing services
85111820 - Bacteriological analysis services
90714500 - Environmental quality control services
Notice Value(s)
- Tender Value
- £500,000 £500K-£1M
- Lots Value
- £500,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £500,000 £500K-£1M
Notice Dates
- Publication Date
- 26 May 20223 years ago
- Submission Deadline
- 17 Dec 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 25 May 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
- J. Cameron
- Contact Email
- cameronj@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-02f783-2022-05-26T15:13:33+01:00",
"date": "2022-05-26T15:13:33+01:00",
"ocid": "ocds-h6vhtk-02f783",
"description": "(SC Ref:694890)",
"initiationType": "tender",
"tender": {
"id": "HO MS 21 066 NLC-CPT-21-104",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Measured Term Contract for Water Quality Control 2022 - 2025; Corporate Property",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "90714500",
"description": "Environmental quality control services"
},
"mainProcurementCategory": "services",
"description": "There is an ongoing requirement for risk assessments and monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area. This service will include implementation of a planned monitoring regime for the relevant communal hot and cold-water systems and carrying out any remedial works required to ensure compliance with the relevant statutory requirements, including the Approved Code of Practice on Legionnaires' disease (ACOP L8). To comply with the regulations, the Council will appoint a qualified and competent contractor to carry out the following on our behalf: identifying and assessing sources of risk; preparing a programme of work to prevent or control the identified risks; implementing, managing and monitoring precautions taken to prevent or control the identified risks; and record keeping in line with the requirements of ACOP L8.",
"value": {
"amount": 500000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Risk assessments, monitoring and sampling of water quality to be undertaken within the Council's Corporate property portfolio throughout the North Lanarkshire Council geographical area.",
"awardCriteria": {
"criteria": [
{
"name": "End User Satisfaction",
"type": "quality",
"description": "25%"
},
{
"name": "Programme Adherence",
"type": "quality",
"description": "30%"
},
{
"name": "Health & Safety and Environmental",
"type": "quality",
"description": "30%"
},
{
"name": "Fair Work Practices",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits Offered for the minimum contract period of 17 months",
"type": "quality",
"description": "5%"
},
{
"name": "Community Benefits Offered for the duration of the possible extension periods (up to 12 months)",
"type": "quality",
"description": "2.5%"
},
{
"name": "Community Benefits Supporting Methodologies",
"type": "quality",
"description": "2.5%"
},
{
"type": "price",
"description": "60%"
}
]
},
"value": {
"amount": 500000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 510
},
"hasRenewal": true,
"renewal": {
"description": "Initial Contract will be 17 months, with the option to extend for up to a further 12 months (each extension period or periods being no less than 3 months provided that the max extension in aggregate will be a period of 12 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": "71630000",
"description": "Technical inspection and testing services"
},
{
"scheme": "CPV",
"id": "71313430",
"description": "Environmental indicators analysis for construction"
},
{
"scheme": "CPV",
"id": "85111820",
"description": "Bacteriological analysis services"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"deliveryLocation": {
"description": "North Lanarkshire Council area"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.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 required: 4A.1 - 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. 4A.1.1 - 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 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 any of the questions in this section, i.e., 4A.1 and 4A.1.1.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "SPD Selection Criteria, Part IV, Section B: Economic and Financial Standing, the following questions: 4B.4, 4B.4.1, 4B.5.1b, 4B.5.2, and 4B.5.3",
"minimum": "4B.4- Candidates will be required to meet the undernoted Current Ratio minimum requirements. Bidders will be required to state the value(s) for the following financial ratio(s): Acid Test Ratio The acceptable range for the Acid Test 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 Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places. 4B.4.1 If the relevant documentation is available electronically, please indicate. 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: 10,000,000 GBP each and every claim. 4B.5.3 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.,4B.4, 4B.5.1b and 4B.5.2. Bidders that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.5.1b and 4B.5.2 (Part IV Section B, Economic and Financial Standing of the SPD), will be assessed as a FAIL and will be excluded from the competition",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability: 4C.1.2 4C.6 and 4C.10. 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.1.2, 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 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. 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.",
"minimum": "4C.1.2 - please provide relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice. 3 examples are required, at least one example should be from the last 3 years. Question 4C.1.2 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 50 points. 4C.6 - Bidders will be required to confirm and provide proof that they and/or the service provider are members of the appropriate and relevant trade associations; 1.Legionella Control Association and Scottish and Northern Ireland Plumbing Employers Federation Or Water Safe Or Association of Plumbing and Heating Contractors. 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 any of the questions in this section, i.e. 4C.1.2, 4C.6 and 4C.10 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. 4D.2.1- As per SPD(S) 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.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-12-17T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"awardPeriod": {
"startDate": "2021-12-17T12:00:00Z"
},
"bidOpening": {
"date": "2021-12-17T12:00:00Z"
},
"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": "cameronj@northlan.gov.uk",
"faxNumber": "+44 1698275125",
"url": "http://www.publiccontractsscotland.gov.uk",
"name": "J. Cameron"
},
"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-53938",
"name": "SPIE Limited",
"identifier": {
"legalName": "SPIE Limited"
},
"address": {
"streetAddress": "2nd Floor, One Rutherglen Links, Rutherglen Links Business Park, Farmeloan Road",
"locality": "Glasgow",
"region": "UKM84",
"postalCode": "G73 1EE",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"language": "en",
"awards": [
{
"id": "014769-2022-NLC-CPT-21-104-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-53938",
"name": "SPIE Limited"
}
]
}
],
"contracts": [
{
"id": "014769-2022-NLC-CPT-21-104-1",
"awardID": "014769-2022-NLC-CPT-21-104-1",
"status": "active",
"value": {
"amount": 500000,
"currency": "GBP"
},
"dateSigned": "2022-05-26T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 7
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 6
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 7
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000673400"
}
]
}