Notice Information
Notice Title
Supply & Installation of Immersive Experience Pods (including on-going support)
Notice Description
As part of the preparatory work for a potential future procurement procedure, North Lanarkshire Council (the "Council") is looking to engage with the market for 6 Immersive Experience Rooms to provide an entire room wall projection within various locations for use by Schools and Community Groups. The purpose of this PIN is to invite suppliers to engage early interest with a view to the Council contacting the suppliers who register interest at a later date. The form of communication may be e-mail or a supplier day, the Council will decide based on the level of interest received. This procurement aligns with the Plan for North Lanarkshire which sets out our vision and plans to deliver a world class digital infrastructure capable of enhancing digital skills and levels of participation within our communities. The planned digital transformation is to be responsive to the needs of communities and enhance the opportunities to engage with services. A further ambition of the Council is to support all children and young people to realise their full potential. In doing so raising attainment and skills for learning life and work. Having now completed the PIN engagement process the Council now wishes to progress to tender stage. The contract will be for a 5 year period commencing approximately February 2023 concluding in February 2028. The contract will be for an initial commitment of 2 new pods (including support) and the support of an existing pod. A maximum value of 2,000,000 GBP will be applied to the contract to include any future pods the Council may acquire funding for.
Lot Information
Lot 1
Services required include: - Surveys of chosen locations - Added value opportunities to enhance the experience within these area's such as interactive options, sensory options, floor projection etc. - Supply of equipment - Planning and installations, including provision for timetable and all associated finishing works. - Live installation of all necessary hardware and software within associated licences. - Training on use of new technology, - Ongoing maintenance and support. Additional information: The Council arranged a day for suppliers to attend as part of the PIN notice and engagement. The sites the pods are to be installed within must be visited before submitting your response.
Renewal: The success of the contract will be measured and if required a new generation let late 2027.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-0388de
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/008523-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
32 - Radio, television, communication, telecommunication and related equipment
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
48 - Software package and information systems
51 - Installation services (except software)
-
- CPV Codes
32321200 - Audio-visual equipment
44316400 - Hardware
48000000 - Software package and information systems
51611100 - Hardware installation services
Notice Value(s)
- Tender Value
- £2,000,000 £1M-£10M
- Lots Value
- £2,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £2,000,000 £1M-£10M
Notice Dates
- Publication Date
- 23 Mar 20232 years ago
- Submission Deadline
- 19 Dec 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 22 Mar 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
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
- Heather Mooty
- Contact Email
- mootyh@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
Notice URLs
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-0388de-2023-03-23T15:24:25Z",
"date": "2023-03-23T15:24:25Z",
"ocid": "ocds-h6vhtk-0388de",
"description": "(SC Ref:726972)",
"initiationType": "tender",
"tender": {
"id": "NLC-CPT-22-031",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply & Installation of Immersive Experience Pods (including on-going support)",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "32321200",
"description": "Audio-visual equipment"
},
"mainProcurementCategory": "goods",
"description": "As part of the preparatory work for a potential future procurement procedure, North Lanarkshire Council (the \"Council\") is looking to engage with the market for 6 Immersive Experience Rooms to provide an entire room wall projection within various locations for use by Schools and Community Groups. The purpose of this PIN is to invite suppliers to engage early interest with a view to the Council contacting the suppliers who register interest at a later date. The form of communication may be e-mail or a supplier day, the Council will decide based on the level of interest received. This procurement aligns with the Plan for North Lanarkshire which sets out our vision and plans to deliver a world class digital infrastructure capable of enhancing digital skills and levels of participation within our communities. The planned digital transformation is to be responsive to the needs of communities and enhance the opportunities to engage with services. A further ambition of the Council is to support all children and young people to realise their full potential. In doing so raising attainment and skills for learning life and work. Having now completed the PIN engagement process the Council now wishes to progress to tender stage. The contract will be for a 5 year period commencing approximately February 2023 concluding in February 2028. The contract will be for an initial commitment of 2 new pods (including support) and the support of an existing pod. A maximum value of 2,000,000 GBP will be applied to the contract to include any future pods the Council may acquire funding for.",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Services required include: - Surveys of chosen locations - Added value opportunities to enhance the experience within these area's such as interactive options, sensory options, floor projection etc. - Supply of equipment - Planning and installations, including provision for timetable and all associated finishing works. - Live installation of all necessary hardware and software within associated licences. - Training on use of new technology, - Ongoing maintenance and support. Additional information: The Council arranged a day for suppliers to attend as part of the PIN notice and engagement. The sites the pods are to be installed within must be visited before submitting your response.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 2000000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "The success of the contract will be measured and if required a new generation let late 2027."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "48000000",
"description": "Software package and information systems"
},
{
"scheme": "CPV",
"id": "44316400",
"description": "Hardware"
},
{
"scheme": "CPV",
"id": "51611100",
"description": "Hardware installation services"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"deliveryLocation": {
"description": "North Lanarkshire."
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.1: If required by the member state, Tenderers are required to be enrolled in the relevant professional or trade registers within the country in which they are established. 4A.2: Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships. Failure to do so may result in the Tenderer being disqualified from the competition",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "Tenderers must respond to ESPD Questions 4B.1.2, 4B1.3, 4B.4. 4B.5.1b, 4B.5.2 and 4B.5.3 4B.4 Bidders will be required to state the value(s) for the following financial ratio(s): Acid Test Ratio - 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. The acid-test ratio may not give a reliable picture of a firm's financial condition if the company has accounts receivable that take longer than usual to collect or current The Tenderer's response to these questions for Economic and Financial Standing will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing Fail = response is not compliant with the minimum requirement stated in the Contract Notice section III.1.2) Economic and financial standing.",
"minimum": "Employers Liability - 10000000GBP each and every claim and in the annual aggregate Public Liability - 5000000GBP each and every claim and in the annual aggregate Product Indemnity - 5000000GBP each and every claim or in the annual aggregate. Where in the aggregate, the policy should allow for a minimum of one automatic reinstatement of the sum insured in any one period. PI insurance should be maintained for the period of the contract including any optional extensions. 4B.4 The bidder must pass the one financial ratio used in this procurement. The ratio(s) detail above for Part 4B.4 of the SPD (Scotland) will be calculated as follows: Acid Test Ratio - minimum ratio 1.0. Should the Council determine that a Bidder is unable to meet the required financial assessment (as above), the Council reserves the sole right to clarify and appraise the Bidders financial standing further. This process will be undertaken in accordance with the Council's internal financial appraisal guidance to provide comfort that the Bidder's financial position does not pose any risk to the Council should they be successful in being awarded the agreement. Should the Council issue a Request for Documentation, Bidders will be required to provide evidence i.e. a PDF version of their most recent sets of audited accounts.\"",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "List and brief description of selection criteria: 4C1.2 Tenderers will be required to demonstrate that they have the relevant experience to deliver the services/supplies as described in this Contract Notice. 4C.10 Tenderers will be required to provide the proportion (i.e. percentage) of the contract that they intend to subcontract. 4D.1 Tenderers are required to provide a statement that demonstrates that they have the relevant quality assurance standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice. 4D.2 Tenderers are required to provide a statement that demonstrates that they have the relevant environmental management standards in place as described in part III.1.3 of the FTS Contract Notice or the relevant section of the Site Notice.",
"minimum": "4C 1.2 Successful delivery of one contract of a similar scope and nature which have been fulfilled in any of the three years prior to the publication of this notice. Tenderers must provide verifiable evidence of each contract relied upon to demonstrate achievement of this standard. 4C.10 For information purposes. 4D.1 The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), or meet any minimum requirements stated within the PCS-T notice. 4D.2 The candidate must hold independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or meet any minimum requirements stated within the PCS-T notice.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "TBC",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-12-19T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2022-12-19T12:00:00Z"
},
"bidOpening": {
"date": "2022-12-19T12:00:00Z",
"address": {
"streetAddress": "North Lanarkshire"
}
},
"hasRecurrence": false,
"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."
},
"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": {
"name": "Heather Mooty",
"telephone": "+44 1698403876",
"email": "mootyh@northlan.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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": "09",
"description": "Education"
}
]
}
},
{
"id": "GB-FTS-4311",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1698282957",
"email": "hamilton@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/hamilton-sheriff-court"
}
},
{
"id": "GB-FTS-78283",
"name": "BT PLC",
"identifier": {
"legalName": "BT PLC"
},
"address": {
"streetAddress": "20-41 York Street",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 8AE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 7527100300"
},
"roles": [
"supplier"
],
"details": {
"scale": "large"
}
}
],
"buyer": {
"id": "GB-FTS-689",
"name": "North Lanarkshire Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000714924"
}
],
"language": "en",
"awards": [
{
"id": "008523-2023-NLC-CPT-22-031-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-78283",
"name": "BT PLC"
}
]
}
],
"contracts": [
{
"id": "008523-2023-NLC-CPT-22-031-1",
"awardID": "008523-2023-NLC-CPT-22-031-1",
"status": "active",
"value": {
"amount": 2000000,
"currency": "GBP"
},
"dateSigned": "2023-03-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 3
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}