Notice Information
Notice Title
Replacement of CCTV, Door Access and Intercom System at Airth Court, Motherwell
Notice Description
This tender documentation is for the replacement of CCTV, door access and intercom systems, replacement of floor, wall and ceiling finishes and associated works at Airth Court, Motherwell, North Lanarkshire, as detailed within the tender drawings and specification.
Lot Information
Lot 1
This tender documentation is for the replacement of CCTV, door access and intercom systems, replacement of floor, wall and ceiling finishes and associated works as detailed within the tender drawings and specification.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000555484
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329829
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45310000 - Electrical installation work
Notice Value(s)
- Tender Value
- £300,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 31 Aug 20187 years ago
- Submission Deadline
- 20 Sep 2018Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Head of Corporate Procurement and Resource Solutions
- Contact Email
- corporateprocurement@northlan.gov.uk
- Contact Phone
- +44 1698302222
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 Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=6
3rd September 2018 - Documents and Forms (Word Format) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=8
3rd September 2018 - Documents and Forms (Word Format) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=1
3rd September 2018 - Contract Document -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=7
3rd September 2018 - JCT MIN _Airth Court CCTV etc REV A_Sept2018 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=2
31st August 2018 - Tender Drawings -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=3
31st August 2018 - Asbestos Survey Report -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=4
31st August 2018 - Description of Works (Excel Format) -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=5
31st August 2018 - Fire Alarm Cause & Effect Matrix -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329829
Replacement of CCTV, Door Access and Intercom System at Airth Court, Motherwell - This tender documentation is for the replacement of CCTV, door access and intercom systems, replacement of floor, wall and ceiling finishes and associated works at Airth Court, Motherwell, North Lanarkshire, as detailed within the tender drawings and specification.
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-r6ebe6-0000555484-2018-08-31T00:00:00Z",
"date": "2018-08-31T00:00:00Z",
"ocid": "ocds-r6ebe6-0000555484",
"initiationType": "tender",
"parties": [
{
"id": "org-8",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Head of Corporate Procurement and Resource Solutions",
"email": "CorporateProcurement@northlan.gov.uk",
"telephone": "+44 1698302222",
"faxNumber": "+44 1698275125",
"url": "http://publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-8"
},
"tender": {
"id": "HO RW 15 045",
"title": "Replacement of CCTV, Door Access and Intercom System at Airth Court, Motherwell",
"description": "This tender documentation is for the replacement of CCTV, door access and intercom systems, replacement of floor, wall and ceiling finishes and associated works at Airth Court, Motherwell, North Lanarkshire, as detailed within the tender drawings and specification.",
"status": "active",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 300000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-09-20T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-09-20T12:00:00Z"
},
"documents": [
{
"id": "AUG329829",
"documentType": "contractNotice",
"title": "Replacement of CCTV, Door Access and Intercom System at Airth Court, Motherwell",
"description": "This tender documentation is for the replacement of CCTV, door access and intercom systems, replacement of floor, wall and ceiling finishes and associated works at Airth Court, Motherwell, North Lanarkshire, as detailed within the tender drawings and specification.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG329829",
"format": "text/html"
},
{
"id": "AUG329829-1",
"title": "Contract Document",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=1",
"datePublished": "2018-08-31T08:51:25Z",
"dateModified": "2018-09-03T18:15:44Z",
"format": "application/pdf"
},
{
"id": "AUG329829-2",
"title": "Tender Drawings",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=2",
"datePublished": "2018-08-31T08:51:26Z",
"dateModified": "2018-08-31T08:51:26Z",
"format": "application/x-zip-compressed"
},
{
"id": "AUG329829-3",
"title": "Asbestos Survey Report",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=3",
"datePublished": "2018-08-31T08:51:26Z",
"dateModified": "2018-08-31T08:51:26Z",
"format": "application/pdf"
},
{
"id": "AUG329829-4",
"title": "Description of Works (Excel Format)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=4",
"datePublished": "2018-08-31T08:51:26Z",
"dateModified": "2018-08-31T08:51:26Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "AUG329829-5",
"title": "Fire Alarm Cause & Effect Matrix",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=5",
"datePublished": "2018-08-31T08:51:26Z",
"dateModified": "2018-08-31T08:51:26Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "AUG329829-6",
"title": "Documents and Forms (Word Format)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=6",
"datePublished": "2018-08-31T08:51:26Z",
"dateModified": "2018-09-03T18:22:58Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "AUG329829-7",
"title": "JCT MIN _Airth Court CCTV etc REV A_Sept2018",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=7",
"datePublished": "2018-09-03T18:15:44Z",
"dateModified": "2018-09-03T18:15:44Z",
"format": "application/pdf"
},
{
"id": "AUG329829-8",
"title": "Documents and Forms (Word Format)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=AUG329829&idx=8",
"datePublished": "2018-09-03T18:22:58Z",
"dateModified": "2018-09-03T18:22:58Z",
"format": "application/msword"
}
],
"lots": [
{
"id": "1",
"description": "This tender documentation is for the replacement of CCTV, door access and intercom systems, replacement of floor, wall and ceiling finishes and associated works as detailed within the tender drawings and specification.",
"status": "active",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 120
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-09-20T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "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"
},
{
"type": "economic",
"description": "Determination of the Bidders financial status requires that in addition to the turnover limits stated below, all Bidders evidence the equivalent of Equifax ScoreCheck Grade of D- or above. Bidders who commenced trading within the last three years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Bidder unable to demonstrate the required turnover to the Councils satisfaction will be excluded. It is recommended the Bidders review their own ScoreCheck Grade in advance of returning their Bidders Submission. If following this review, Bidders consider that the ScoreCheck Grade does not reflect their current financial status; the Bidder should give a detailed explanation at Question 4B.6 of the ESPD within the Bidders Response, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of the Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a ScoreCheck Grade or equivalent rating, they must provide their audited financial accounts for the previous two years as part of their Bidders Submission in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract or contracts of this size. This assessment will consider whether or not there is any significant financial risk identified. 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. Bidders will also be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. If the Bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities and capabilities to perform that part then a separate ESPDS for such subcontractors must be completed. This question should not be scored.",
"minimum": "In order to undertake the above assessment, bidders should provide its average yearly turnover over the last three years and as detailed in the contract notice this figure must be in excess of 300,000GBP for this procurement. Determination of the Bidders financial status requires that in addition to the turnover limits stated below, all Bidders evidence the equivalent of Equifax ScoreCheck Grade of D- or above. Employers (Compulsory) Liability Insurance = 10000000GBP Public Liability Insurance = 5000000GBP Product Liability Insurance = 5000000GBP Contractors All Risk Insurance = 10000000GBP The Bidder 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 3.1.2 (Economic and Financial Standing) . Fail = response is not compliant with the minimum requirement stated in the Contract Notice section 3.1.2 (Economic and Financial Standing)"
},
{
"type": "technical",
"description": "4.C.1 Bidders will be asked to demonstrate that they have relevant experience to deliver the works in relation to this procurement. Bidders must be able to provide examples, to the satisfaction of the Council showing experience within the last five years. Any Bidder unable to fulfil this requirement will be excluded. 4.C.4 Bidders will be required to confirm that they have (or have access to) the relevant supply chain management systems used by them to deliver the requirements detailed in 11.2.4. 4.C.7 Bidders will be required to confirm that they will employ environmental management measures to meet the following requirements: Carbon Reduction, Waste Reduction, Energy Efficiency. 4.C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the requirements detailed in 11.2.4.",
"minimum": "Bidders must achieve a minimum score of 2 in each of questions 4.C1-9 to meet the Council minimum standard for technical and professional ability, if the score in any question falls below 2 this will be deemed a failure to meet the council's minimum standard and the Bid will be disregarded The scoring rationale of the evaluation panel for question 4C.1, 4, 7, & 9 is as follows; Score -definition 0 Unacceptable - Nil or inadequate response. Fails to demonstrate experience of having carried out similar supplies or services within the last 5 years 1 Poor - Response is partially relevant and poor. The response addresses some elements of the requirement but contains insufficient/limited detail or explanation to demonstrate experience of having carried out similar supplies or services within the last 5 years 2 Acceptable - Response is relevant and acceptable but lacks detail in certain areas to demonstrate experience of having carried out similar supplies or services within the last 5 years 3 Good- Response is relevant and good. The response is sufficiently detailed to demonstrate experience of having carried out similar supplies or services within the last 5 years 4 Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates a thorough experience of having carried out similar supplies or services within the last 5 years. 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capabilities to perform that part then a separate ESPD for such subcontractors must be completed for sections: Part II information concerning the bidder A: Information about the bidder B: Information about representatives of the bidder Part III Exclusions Grounds A: Grounds relating to criminal convictions B: Grounds relating to the payment of taxes or social security contributions C: Blacklisting D: Grounds relating to insolvency, conflicts of interests or professional misconduct Part IV Selection Criteria (only the sections that the entity is being relied upon)"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45310000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "Bidders should note that both Section 9 Quality Questionnaire and Section 11 Selection Stage Document 2 Bidders Response (ESPD) must be fully completed to ensure tender submission is considered complete. Failure to fully complete all questions may result in submission 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=555484. 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. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: North Lanarkshire Council has, as part of its procurement strategy, made a commitment, where appropriate, to use its procurement of works, goods and services responsibly and to help it achieve its stated corporate aims, in particular in furtherance of its \"wellbeing\" powers under the Local Government in Scotland Act 2003. The Council has also developed a specific policy on Community Benefits in Procurement under which is will consider whether social considerations/community benefits can be included, where it is making capital investments or services/goods are being purchased. The Council's policy was adopted on 9th September 2010. The Council's policy, in particular, is to consider measures to encourage: The targeted recruitment and training of the long-term unemployed and those furthest from the job market. Awareness of opportunities and scope for involvement of small to medium (SME) sized business and social enterprises. Measures to provide employment and training opportunities. Measures to provide educational benefits to communities. Measures to enhance engagement with/opportunities for community organisations and/or SMEs. Other measures providing community benefits. (SC Ref:555484)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555484"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}