Tender

Flat Roofing Repairs 2019-2022

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

04 Sep 2018 at 00:00

Summary of the contracting process

North Lanarkshire Council is currently conducting an open procurement process for the contract titled "Flat Roofing Repairs 2019-2022." This initiative, located in Motherwell, UK, aims to establish a term contract for the provision of flat roofing repairs and replacement to support the ongoing maintenance of the council's corporate property portfolio. The total estimated value of this contract is £3,000,000 and the tender submission deadline is set for 1st October 2018, coinciding with the opening of bids. The procurement is classified under works and follows an open procedure.

This tender provides substantial opportunities for businesses specialising in construction, particularly those experienced in roofing services. Companies that focus on general public services, housing and community amenities, or health-related infrastructure will find this tender particularly relevant. Businesses that can demonstrate a strong track record in delivering similar services and meet the council's financial and technical requirements are encouraged to participate. Furthermore, there are community benefits attached to this contract, promoting local economic growth and encouraging collaboration with SMEs and social enterprises.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Flat Roofing Repairs 2019-2022

Notice Description

This procurement exercise is to establish a measured term contract for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's ALEO's and Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The measured term contract will comprise normal response repairs, immediate response repairs and planned maintenance work.

Lot Information

Lot 1

The Council is looking to appoint a suitably qualified contractor to undertake Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Contract will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types. The contract will comprise of reactive and planned maintenance work for individual jobs/projects with a value generally less than 10,000 GBP. Award of this contract is on the basis of MEAT, the evaluation of a combination of Contractors prices submitted against an un-priced Schedule of Rates and quality questionnaire. A single Contractor shall be appointed. Anticipated upper limit of spend to be potentially routed through this contract is circa 3,000,000 GBP. The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. The Contract will make provision for; erecting and dismantling scaffolding; removing defective roof coverings and disposing; repairing flat roof coverings e.g. cold applied liquid waterproofing; renewing flat roof coverings with cold applied liquid waterproofing; associated repairs/replacement e.g. rafters, sarking, fascias, verges, rooflights etc; associated leadwork repairs and replacement; investigating and repairing roof leaks generally; making good internal finishings e.g. plasterboard ceilings etc; repairing/replacing rainwater goods; cleaning out gutters and downpipes; painterwork e.g. fascias, gutters (including potential high level; Insulation boarding; and all other associated flat roof accessories. This contract specifically excludes the use of hot applied roofing products in any form. The Contract will be governed by SBCC JCT Conditions MTC/Scotland (2011 Edition) as amended by the Employer. Full details to be set out within the ITT. Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering works of this nature i.e. high volume of orders, prioritised orders, etc.. Economic operators must meet Council's minimum requirements stated in this Contract Notice and in the procurement documentation, else their proposal will be rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.

Renewal: The Authority reserves the right to extend the Contract for a further period of up to 12 months. Unless terminated at an earlier date by operation of Law or in accordance with the Conditions of Contract, the Contract will terminate at the end of the term.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000555577
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP330227
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

45260000 - Roof works and other special trade construction works

45261900 - Roof repair and maintenance work

45261910 - Roof repair

45261920 - Roof maintenance work

Notice Value(s)

Tender Value
£3,000,000 £1M-£10M
Lots Value
£3,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
4 Sep 20187 years ago
Submission Deadline
1 Oct 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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
contract.support@northlan.gov.uk
Contact Phone
+44 1698302662

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/search/show/search_view.aspx?ID=SEP330227
    Flat Roofing Repairs 2019-2022 - This procurement exercise is to establish a measured term contract for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's ALEO's and Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The measured term contract will comprise normal response repairs, immediate response repairs and planned maintenance work.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-r6ebe6-0000555577-2018-09-04T00:00:00Z",
    "date": "2018-09-04T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000555577",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-1",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "contract.support@northlan.gov.uk",
                "telephone": "+44 1698302662",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "06",
                        "description": "Housing and community amenities",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "07",
                        "description": "Health",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-1"
    },
    "tender": {
        "id": "CPT-PS-CPAP-18-476",
        "title": "Flat Roofing Repairs 2019-2022",
        "description": "This procurement exercise is to establish a measured term contract for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's ALEO's and Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The measured term contract will comprise normal response repairs, immediate response repairs and planned maintenance work.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261900",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261910",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45261920",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 3000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-10-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-10-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "SEP330227",
                "documentType": "contractNotice",
                "title": "Flat Roofing Repairs 2019-2022",
                "description": "This procurement exercise is to establish a measured term contract for future provision of a priority coded Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's ALEO's and Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The measured term contract will comprise normal response repairs, immediate response repairs and planned maintenance work.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP330227",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council is looking to appoint a suitably qualified contractor to undertake Flat Roofing Repairs and Replacement service to support the ongoing maintenance of the Councils Corporate Property portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). Typically properties include schools, nurseries, libraries, sports centres, office accommodation and community centres, etc. The Contract will comprise normal response repairs, immediate response repairs planned maintenance work and replacement works for larger job types. The contract will comprise of reactive and planned maintenance work for individual jobs/projects with a value generally less than 10,000 GBP. Award of this contract is on the basis of MEAT, the evaluation of a combination of Contractors prices submitted against an un-priced Schedule of Rates and quality questionnaire. A single Contractor shall be appointed. Anticipated upper limit of spend to be potentially routed through this contract is circa 3,000,000 GBP. The works will be subject to a priority coding system as follows: commenced within 3 hours outwith normal hours and completed as soon as practical; commenced within 3 hours within normal working hours and completed as soon as practical; completed within 3 working days; completed within 7 working days; completed within 20 working days; and Start and finish dates to be set on Order. The Contract will make provision for; erecting and dismantling scaffolding; removing defective roof coverings and disposing; repairing flat roof coverings e.g. cold applied liquid waterproofing; renewing flat roof coverings with cold applied liquid waterproofing; associated repairs/replacement e.g. rafters, sarking, fascias, verges, rooflights etc; associated leadwork repairs and replacement; investigating and repairing roof leaks generally; making good internal finishings e.g. plasterboard ceilings etc; repairing/replacing rainwater goods; cleaning out gutters and downpipes; painterwork e.g. fascias, gutters (including potential high level; Insulation boarding; and all other associated flat roof accessories. This contract specifically excludes the use of hot applied roofing products in any form. The Contract will be governed by SBCC JCT Conditions MTC/Scotland (2011 Edition) as amended by the Employer. Full details to be set out within the ITT. Note, the contract value is an estimate and that there is no guarantee of any specific volume of business arising under the Contract. As part of the selection stage evaluation criteria Candidates are required to have and to evidence substantial experience and capability of delivering works of this nature i.e. high volume of orders, prioritised orders, etc.. Economic operators must meet Council's minimum requirements stated in this Contract Notice and in the procurement documentation, else their proposal will be rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016.",
                "status": "active",
                "value": {
                    "amount": 3000000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Authority reserves the right to extend the Contract for a further period of up to 12 months. Unless terminated at an earlier date by operation of Law or in accordance with the Conditions of Contract, the Contract will terminate at the end of the term."
                }
            }
        ],
        "bidOpening": {
            "date": "2018-10-01T12:00:00Z"
        },
        "communication": {
            "atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "4A.1 - 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. The Bidder response to this question will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice (III.1.1) Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.1)"
                },
                {
                    "type": "economic",
                    "description": "4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 500,000 GBP for the last 3 years. 4B.5.1 - 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 = 10,000,000 GBP each and every claim and in the annual aggregate. 4B.5.2 - 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: Public Liability Insurance = 10,000,000 GBP each and every claim and in the annual aggregate. 4B.6 - Concerning any other economic or financial requirements, the bidder declares that: It has an Equifax Score Check Grade of E- or above. It is recommended that Bidders review their own Equifax Score Check Grade in advance of returning their Bidders Submission. If, following this review, Bidders consider that the Equifax Score Check Grade does not reflect their current financial status; the Bidder should give a detailed explanation in response to question 4B.6, together with any relevant supporting independent evidence. The Council will review any such information as part of the evaluation of Bidder's financial status. Where the Bidder is under no obligation to publish accounts and therefore does not have a Equifax Score Check 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 the there is any significant financial risk identified.",
                    "minimum": "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 (III.1.2) Fail = response is not compliant with the minimum requirement stated in the Contract Notice (III.1.2)"
                },
                {
                    "type": "technical",
                    "description": "Technical and professional ability will be scored by an evaluation panel; Bidders must achieve a minimum average score of 50 marks for question 4C.1 in order to pass this question; if the average minimum score is below 50 marks this will be deemed a failure to meet the Council's minimum standards for technical and professional Ability. 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 Contract Notice. This question carries an overall weighting of 100%. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Response to 4C.10 will not be evaluated.",
                    "minimum": "The scoring rationale of the evaluation panel for question 4C.1 is as follows: Score - Definition 100 - Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion 90 - Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area 80 - Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high level of detail as to their capacity/ability/experience in this area 70 - Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and provides evidence of a reliable level of capacity/ability/experience in this area 60 - Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory depth but evidence of capacity/ability/experience in this area could have been more detailed 50 - Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail of evidence of capacity/ability/experience in this area 40 - Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas 30 - Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains limited evidence as to the candidate's capacity/ability/experience in this area 20 - Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate's capacity/ability/experience in this area 10 - Response demonstrates little evidence of the candidate's understanding or explanation of the candidate's capacity/ability/experience in this area 0 - Nil or irrelevant response 4C.10 - If the bidder has decided to subcontract a part of the contract and relies on the subcontractor's capacities 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": "45260000",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Economic operators must meet Council's minimum requirements stated in this Contract Notice and the procurement documentation, or their proposal will be rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016. The council reserves the right before moving from selection stage to award stage to request candidates produce supporting documentary evidence or certificates referenced in their ESPD response. In any case, these must be provided prior to contract award. Tenderers 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. ESPD Part IV Selection Criteria, Section D: Quality Assurance Schemes and Environmental Management Standards Bidders must respond to ESPD Questions 4D.1 and 4D.2. The Bidder response to these questions for Quality Assurance Schemes and Environmental Management Standards will be evaluated as follows: Pass = response is compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards) Fail = response is not compliant with the minimum requirement stated in the Contract Notice section VI.3 (Additional Information) specifically the Quality Assurance Schemes and Environmental Management Standards). For a detailed breakdown of the standard statements applicable to ESPD Questions 4D.1 and 4D.2, please refer to document \"VI.3 Additional Information - Part 4D1 & 2\", contained within the Buyers Attachment area of PCS-T. Further to Contract Notice section II.2.5 Award Criteria, Economic Operators are advised that the Quality Questionnaire contains 7 questions associated with this contract. Questions 1 - 5 require a minimum pass mark of 50 for each question. Applicants who fail to achieve any of the minimum scores indicated will be excluded from further participation in this Procurement. Applicants are referred to Attachment 03 of the procurement documentation for further information. Weighted scores for each question will be added together to determine an overall score for the Quality Evaluation. The Total Quality Score will then be multiplied by the quality weighting (30 percentage) to determine the overall percentage score for the Quality Evaluation. TENDERERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland. The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all tenderers. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11776. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 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: The Contractor and its supply chain will be required to actively participate in the achievement of social, environmental and/or sustainability policy objectives relating to local regeneration, social and economic growth, recruitment, employment and training and supply chain initiatives. The Contractor will be required to provide access to opportunities for SME's wherever possible and will advertise all subcontract opportunities linked to the contract using the Public Contracts Scotland Portal. The Contractor will be required to ensure that all subcontractors advertise all their subcontracts as described above. In addition, they will be required to identify and provide access to opportunities linked to the contract to social enterprises wherever possible. Where job vacancies related to the contract arise within the Contractor's organisation, they will be required wherever possible and appropriate, to provide access to employment and training opportunities aimed specifically at unemployed individuals and to use all reasonable endeavours to fill those posts with such persons. The Contractor should also link in where possible and appropriate to school, student, graduate and other work experience programmes. A Method Statement as to how tenderers will achieve community benefits will be required as part of the tender documentation which will be issued to all shortlisted tenderers. (SC Ref:555577)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000555577"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}