Award

Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

06 Aug 2019 at 00:00

Tender

16 Jul 2019 at 00:00

Summary of the contracting process

The procurement process involves North Lanarkshire Council seeking contractors for a Measured Term Contract pertaining to Re-Roofing, Re-Rendering, and Insulation Works across the North Lanarkshire Council area from 2020 to 2025. The initiative focuses on domestic properties owned by the Council, owner-occupiers, and private sector homes. This tender is currently in the active stage and has a submission deadline set for 16th August 2019. Notably, the procurement method is classified as a selective procedure, allowing for detailed assessments of chosen candidates.

This contract presents significant opportunities for businesses within the building and construction sectors, particularly those adept in roofing, rendering, and insulation. Companies that have experience in securing Energy Company Obligation (ECO) funding and are familiar with working on both private and public sector projects will be well-positioned to compete. Furthermore, firms that can demonstrate compliance with quality assurance and environmental standards will find this an appealing opportunity to enhance their market presence and contribute positively to community energy efficiency initiatives.

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

Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025

Notice Description

Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Contractors will be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. They will be required to apply the ECO funding and to subsequently discount that sum from their invoices to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). Lot 1 insulation works will be subject to Scottish Government funding (HEEPS: ABS) and the Contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works.

Lot Information

Re-Roofing, Re-Rendering & Insulation Works (including HEEPS ABS)

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - 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 - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. Accreditations will be detailed in the Contract Notice and the ESPD); - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; - The Contractor will be also be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. Negotiated rates will determine the amount of ECO funding that a property is eligible to claim (based on deemed scores). The Contractor will be required to apply the ECO funding and to subsequently discount that sum from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed in order to provide transparency of funding); and - Home Energy Efficiency Programmes for Scotland (HEEPS) Area Based Schemes (ABS) EWI works to privately owned properties. Some of the insulation works will be subject to Scottish Government funding (HEEPS: ABS) and the Contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The initial period of the contract will be 24 months, with the option to extend for up to a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Re-Roofing, Re-Rendering & Insulation Works

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - 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 - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. Accreditations will be detailed in the Contract Notice and the ESPD); - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; and - The Contractor will be also be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. Negotiated rates will determine the amount of ECO funding that a property is eligible to claim (based on deemed scores). The Contractor will be required to apply the ECO funding and to subsequently discount that sum from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s) and so on.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Re-Roofing, Re-Rendering and Insulation Works

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - 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 - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. Accreditations will be detailed in the Contract Notice and the ESPD); - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; and - The Contractor will be also be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. Negotiated rates will determine the amount of ECO funding that a property is eligible to claim (based on deemed scores). The Contractor will be required to apply the ECO funding and to subsequently discount that sum from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000585987
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362551
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Selective
Procurement Method Details
Restricted 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

45320000 - Insulation work

45321000 - Thermal insulation work

45410000 - Plastering work

Notice Value(s)

Tender Value
£60,000,000 £10M-£100M
Lots Value
£60,000,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Aug 20196 years ago
Submission Deadline
16 Aug 2019Expired
Future Notice Date
Not specified
Award Date
6 Aug 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
The Council will decide whether to invoke the available options to extend the Contract or to procure a new Contract approximately 6-12 months before the end of the initial Contract period.

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Carolynne Coole
Contact Email
coolemillerc@northlan.gov.uk, corporateprocurement@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 Documents

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-r6ebe6-0000585987-2019-08-06T00:00:00Z",
    "date": "2019-08-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000585987",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-15",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Carolynne Coole",
                "email": "CooleMillerC@northlan.gov.uk",
                "url": "https://www.publictendersscotland.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": "Regional or local agency/office",
                        "scheme": "TED_CA_TYPE"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-35",
            "name": "Not Applicable",
            "identifier": {
                "legalName": "Not Applicable"
            },
            "address": {
                "locality": "Not Applicable"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-235",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "CorporateProcurement@northlan.gov.uk",
                "telephone": "+44 1698403876",
                "faxNumber": "+44 1698275125",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "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"
            }
        },
        {
            "id": "org-236",
            "name": "Not Applicable",
            "identifier": {
                "legalName": "Not Applicable"
            },
            "address": {
                "locality": "Not Applicable"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-235"
    },
    "tender": {
        "id": "HO RF 18 048/ NLC-CPT-19-025",
        "title": "Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025",
        "description": "Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Contractors will be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. They will be required to apply the ECO funding and to subsequently discount that sum from their invoices to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). Lot 1 insulation works will be subject to Scottish Government funding (HEEPS: ABS) and the Contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45321000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45321000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "id": "45260000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45320000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45321000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45410000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "3"
            }
        ],
        "value": {
            "amount": 60000000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-08-16T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUL360753",
                "documentType": "contractNotice",
                "title": "Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025",
                "description": "Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Contractors will be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. They will be required to apply the ECO funding and to subsequently discount that sum from their invoices to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). Lot 1 insulation works will be subject to Scottish Government funding (HEEPS: ABS) and the Contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL360753",
                "format": "text/html"
            },
            {
                "id": "JUL360753-1",
                "title": "Above EU Selection Stage Document 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL360753&idx=1",
                "datePublished": "2019-07-18T11:10:10Z",
                "dateModified": "2019-07-22T09:39:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL360753-2",
                "title": "Above EU Selection Stage Document 2 - Conditions of Participation",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL360753&idx=2",
                "datePublished": "2019-07-18T11:10:10Z",
                "dateModified": "2019-07-18T11:10:10Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL360753-3",
                "title": "Above EU Selection Stage Document 3 - Bidders Response (ESPDS)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL360753&idx=3",
                "datePublished": "2019-07-18T11:10:10Z",
                "dateModified": "2019-07-22T09:46:30Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL360753-4",
                "title": "Above EU Selection Stage Document 1 Rev A",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL360753&idx=4",
                "datePublished": "2019-07-22T09:39:46Z",
                "dateModified": "2019-07-22T09:39:46Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL360753-5",
                "title": "Selection Stage Document 1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL360753&idx=5",
                "datePublished": "2019-07-22T09:44:20Z",
                "dateModified": "2019-07-22T09:44:20Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL360753-6",
                "title": "Above EU Selection Stage Document 3 - Bidders Response (ESPDS) REV A",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL360753&idx=6",
                "datePublished": "2019-07-22T09:46:30Z",
                "dateModified": "2019-07-22T09:46:30Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUL360753-7",
                "title": "Document List Clarification/Confirmation",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL360753&idx=7",
                "datePublished": "2019-07-22T12:32:16Z",
                "dateModified": "2019-07-22T12:32:16Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "AUG362551",
                "documentType": "awardNotice",
                "title": "Measured Term Contract for Re-Roofing, Re-Rendering and Insulation Works 2020 - 2025",
                "description": "Planned re-roofing, re-rendering & insulation works to Council owned, owner-occupier and private sector domestic properties throughout the North Lanarkshire Council area. Contractors will be required to provide detailed individual property cost estimates for private owners prior to such works being instructed. Property types will be varied. Contractors will be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. They will be required to apply the ECO funding and to subsequently discount that sum from their invoices to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). Lot 1 insulation works will be subject to Scottish Government funding (HEEPS: ABS) and the Contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG362551",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Re-Roofing, Re-Rendering & Insulation Works (including HEEPS ABS)",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - 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 - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. Accreditations will be detailed in the Contract Notice and the ESPD); - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; - The Contractor will be also be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. Negotiated rates will determine the amount of ECO funding that a property is eligible to claim (based on deemed scores). The Contractor will be required to apply the ECO funding and to subsequently discount that sum from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed in order to provide transparency of funding); and - Home Energy Efficiency Programmes for Scotland (HEEPS) Area Based Schemes (ABS) EWI works to privately owned properties. Some of the insulation works will be subject to Scottish Government funding (HEEPS: ABS) and the Contractor will be responsible for securing the participation of private owners and subsequent agreements to any project works. It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "cancelled",
                "value": {
                    "amount": 32500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial period of the contract will be 24 months, with the option to extend for up to a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            },
            {
                "id": "2",
                "title": "Re-Roofing, Re-Rendering & Insulation Works",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - 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 - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. Accreditations will be detailed in the Contract Notice and the ESPD); - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; and - The Contractor will be also be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. Negotiated rates will determine the amount of ECO funding that a property is eligible to claim (based on deemed scores). The Contractor will be required to apply the ECO funding and to subsequently discount that sum from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s) and so on.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "cancelled",
                "value": {
                    "amount": 17500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            },
            {
                "id": "3",
                "title": "Re-Roofing, Re-Rendering and Insulation Works",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes, but is not limited to: - erecting and dismantling scaffolding; - removing defective roof coverings and disposing; - removal of redundant chimney stacks; - aerial alterations; - repairing roof coverings; renewing roof coverings (i.e. tiles); - associated repairs/replacement (e.g. rafters, sarking, fascia's, verges, roof lights etc.); - associated leadwork repairs and replacement; - investigating and repairing roof leaks generally; - asbestos surveys; - asbestos removal; - 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 - all other associated roof accessories; - replacement of flat roof materials (e.g. felt, liquid plastic); - removing existing render; - renewing render to external walls; - all enabling works to facilitate render installation; - provision of canopies; - scoping of cavities to establish what measures are required; - extraction of existing cavity wall fill; - external wall insulation (EWI); - cavity wall insulation; - internal wall insulation; - under floor insulation; - room in roof insulation; - insulation to non-traditional property types; - securing energy company obligation (ECO) funding where appropriate; - surveying properties to determine suitability for insulation measures; - provision of Energy Performance Certificates (EPC) for domestic properties (successful contractor will be required to be accredited to undertake these surveys. Accreditations will be detailed in the Contract Notice and the ESPD); - liaise as necessary and obtain all warrants to allow the Works to proceed (e.g. building warrants, demolition warrants for chimneys); - liaise as necessary with utility companies (e.g. BT) in respect of alterations/repositioning necessary to facilitate the Works; and - The Contractor will be also be required to secure the most advantageous ECO funding, negotiating the best rate possible monetary savings per carbon tonne for lifetime savings with Energy Providers. Negotiated rates will determine the amount of ECO funding that a property is eligible to claim (based on deemed scores). The Contractor will be required to apply the ECO funding and to subsequently discount that sum from their payment applications/invoices submitted to the Council (with a breakdown of the funding claimed in order to provide transparency of funding). It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s)and so on.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "cancelled",
                "value": {
                    "amount": 10000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "hasOptions": false,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial period of the Contract will be 24 months, with the option to extend for a further 36 months (by means of three 12 month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647,
            "maximumLotsAwardedPerSupplier": 1
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2019-09-30T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Selection Criteria, question Section A Part IV, Suitability, the following questions: 4A.1 and 4A.1.1. Minimum level(s) of standards require: 4A.1 - Candidates must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Candidates 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. Candidates 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. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                },
                {
                    "type": "economic",
                    "description": "ESPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B1.2, 4B.3, 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6.",
                    "minimum": "4B.1.2 - Candidates will be required to have a average yearly turnover of a minimum of the following for each lot: Lot 1 - 7,000,000 GBP Lot 2 - 5,250,000 GBP Lot 3 - 3,000,000 GBP for the last three (3) years statutory accounts that are available. Candidates 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 its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates 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 Candidate will be required to state the date which they were set up or started trading. 4B.5.1 - Candidates 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 - Candidates 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; and 2) Product Liability Insurance: 5,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. 4B.6 - Candidates will be required to have an Equifax Score Check Grade of D- or above or equivalent. Any equivalent relied upon must be demonstrated by the tenderer to be of such a standard. It shall be the tenderer's responsibility to review its own Equifax Score Check Grade (or equivalent) in advance of returning its tender/ESPD. If, following this review, the tenderer does not consider that the Equifax Score Check Grade (or equivalent) reflects its current financial status; the tenderer must provide a detailed explanation in response to question 4B.6, together with relevant supporting independent evidence. Where the tenderer is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade (or equivalent) rating, it must provide its audited financial accounts for the two years prior to the publication of this notice as part of its tender/ESPD, in order that the Authority may assess these to determine whether the Tenderer meets the published minimum standards. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.3, 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD 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 period."
                },
                {
                    "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 Selection Stage Document 1 which can be accessed through the buyer attachment area within the portal. ESPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1, 4C.6 and 4C.10. 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 and 4D.2 are set out in full in the Selection Stage Document 1 which can be accessed through the buyer attachment area within the portal. ESPD Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2 and 4D.2.",
                    "minimum": "Question 4C.1 - Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1 carries an overall weighting of 100%.Candidates will be required to achieve a minimum score of 50% to be considered for the next stage of the procurement process. Candidates unable to meet the minimum requirements for 4C.1 will be assessed as a FAIL and will be excluded from the competition. Question 4C.6 - Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: 1. Gas Safe Registered; 2. Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT); 3. PAS 20/30 Certified; 4. DEA Accreditation; 5. Insulated Render and Cladding Association (INCA) Membership. 6. National Federation of Roofing Contractors membership; 7. BS OHSAS 18001 (or equivalent) or have within the last 12 months successfully met the assessment requirements of the construction - related scheme in registered membership of the Safety Schemes in Procurement (SSIP); 8. Contractor's Health and Safety Assessment Scheme (CHAS) Registration. Candidates and/or service providers 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. Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Question 4D.1 (Quality Management and Health & Safety Procedures) - 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 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 4a-4m as listed in the ITP. Question 4D.1.1 - If the information is available electronically, please indicate. Candidates unable to meet the minimum requirements for all of ESPD Section 4D will be assessed as a FAIL and will be excluded from the competition. Question 4D.1.2 - If the relevant documentation is available electronically, please indicate. 4D.2 The Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, or satisfy items 2a-2g as listed in the ITP document. Candidates unable to meet the minimum requirements for all of ESPD Section 4D will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "45260000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Council will decide whether to invoke the available options to extend the Contract or to procure a new Contract approximately 6-12 months before the end of the initial Contract period."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "1. BIDDING FOR/AWARD OF LOTS It is anticipated that the Council will award one contractor to each Lot for this proposed contract. Candidates can bid for all lots, however they can only be successful in one. Lots will be evaluated in numerical order. In the event that tenderers bid for more than one lot then, should they be successful in the first lot evaluated, they will be excluded from the remaining lot(s) and so on. 2. TRANSFER OF UNDERTAKINGS (PROTECTION OF EMPLOYMENT) REGULATIONS 2006 Bidders should note that it is possible that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to this contract. 3. PROPOSED ARRANGEMENTS IN EVENT OF CONTRACTOR FAILURE The Council reserves the right, in the event of failure of a Contractor in an individual lot, to transfer all or part of the residual value of the lot concerned to either or both of the remaining lots. Any such transfer will be at the Council's sole discretion. 4. ESPD The information required in Part II of the ESPD is for information only and will therefore not be assessed. The Council may however choose not to select Candidates who cannot provide basic company information. Candidates must ensure that they submit appropriate ESPDs completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the ESPD. Candidates unable to complete Part IV Concluding Statements may be excluded from the competition. The complete RTP, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the RTP, written confirmation of the signatory's authority to submit the RTP. 5. OTHER (SC Ref:593434)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000585987"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000585987"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "HO RF 18 048/ NLC-CPT-19-025",
            "title": "Re-Roofing, Re-Rendering and Insulation Works",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "3"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 137-336497"
        }
    ]
}