Notice Information
Notice Title
Care and Repair / Handyperson Service
Notice Description
Since 2008, North Lanarkshire Council in partnership with NHS Lanarkshire agreed to jointly fund the provision of a care and repair / handyperson service for use by all registered disabled and / or older persons within North Lanarkshire.
Lot Information
Lot 1
Services required shall assist disabled and / or older persons within North Lanarkshire by providing them with a platform that can help with repairs, improvements or adaptions within their homes as detailed below: - Repair services including (but not limited to) joinery, electrical, plumbing and small exterior works with the types of jobs being minor in scale requiring a tradesperson to complete. - Handyperson services including (but not limited to) assistance for small interior tasks which are minor in nature and which can normally be completed within a two hour timescale by an able bodied person
Renewal: It is anticipated that the Contract will be awarded for an initial period of 36 months with the Council reserving to extend the Contract for a further 24 months in two 12 month periods at its sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000589297
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382988
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
70 - Real estate services
-
- CPV Codes
50800000 - Miscellaneous repair and maintenance services
70333000 - Housing services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 5 Mar 20205 years ago
- Submission Deadline
- 2 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 5 Mar 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Dependent on any extension period grant, the Contract will be subject to re-tendering in 2022, 2023 or 2024.
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Carolynne Coole, Manager, Quality Assurance
- Contact Email
- coolemillerc@northlan.gov.uk, qualityassurance@northlan.gov.uk
- Contact Phone
- Not specified
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=JUL358858
Care and Repair / Handyperson Service - Since 2008, North Lanarkshire Council in partnership with NHS Lanarkshire agreed to jointly fund the provision of a care and repair / handyperson service for use by all registered disabled and / or older persons within North Lanarkshire. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382988
Care and Repair / Handyperson Service - Since 2008, North Lanarkshire Council in partnership with NHS Lanarkshire agreed to jointly fund the provision of a care and repair / handyperson service for use by all registered disabled and / or older persons within North Lanarkshire.
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-r6ebe6-0000589297-2020-03-05T00:00:00Z",
"date": "2020-03-05T00:00:00Z",
"ocid": "ocds-r6ebe6-0000589297",
"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-164",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Manager, Quality Assurance",
"email": "QualityAssurance@northlan.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"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-267",
"name": "Lanark Sheriff Court",
"identifier": {
"legalName": "Lanark Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, Hope St, Lanark",
"locality": "Motherwell",
"postalCode": "ML11 7NE"
},
"contactPoint": {
"url": "http://www.northlanarkshire.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-164"
},
"tender": {
"id": "NLC-CPT-19-022",
"title": "Care and Repair / Handyperson Service",
"description": "Since 2008, North Lanarkshire Council in partnership with NHS Lanarkshire agreed to jointly fund the provision of a care and repair / handyperson service for use by all registered disabled and / or older persons within North Lanarkshire.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "70333000",
"scheme": "CPV"
},
{
"id": "50800000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "North Lanarkshire Council"
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2019-08-02T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-08-02T14:00:00Z"
},
"documents": [
{
"id": "JUL358858",
"documentType": "contractNotice",
"title": "Care and Repair / Handyperson Service",
"description": "Since 2008, North Lanarkshire Council in partnership with NHS Lanarkshire agreed to jointly fund the provision of a care and repair / handyperson service for use by all registered disabled and / or older persons within North Lanarkshire.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358858",
"format": "text/html"
},
{
"id": "MAR382988",
"documentType": "awardNotice",
"title": "Care and Repair / Handyperson Service",
"description": "Since 2008, North Lanarkshire Council in partnership with NHS Lanarkshire agreed to jointly fund the provision of a care and repair / handyperson service for use by all registered disabled and / or older persons within North Lanarkshire.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR382988",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Services required shall assist disabled and / or older persons within North Lanarkshire by providing them with a platform that can help with repairs, improvements or adaptions within their homes as detailed below: - Repair services including (but not limited to) joinery, electrical, plumbing and small exterior works with the types of jobs being minor in scale requiring a tradesperson to complete. - Handyperson services including (but not limited to) assistance for small interior tasks which are minor in nature and which can normally be completed within a two hour timescale by an able bodied person",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Method Statement",
"description": "30"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": true,
"renewal": {
"description": "It is anticipated that the Contract will be awarded for an initial period of 36 months with the Council reserving to extend the Contract for a further 24 months in two 12 month periods at its sole discretion."
}
}
],
"bidOpening": {
"date": "2019-08-02T14:00:00Z",
"address": {
"streetAddress": "Civic Square, Motherwell"
},
"description": "Tenderers received will be opened in accordance with North Lanarkshire Councils General Contract Standing Orders."
},
"contractTerms": {
"hasElectronicPayment": true,
"performanceTerms": "Further information is located within Schedule 9 of the Conditions of Contract."
},
"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. --- Within the Qualification Envelope, Bidders should confirm whether or not they are registered or enrolled on the relevant trade register and provide information relating to this i.e. company registration number, member number etc. Tenderers not required to be registered or enrolled on the relevant trade register should detail why they are exempt. Bidders unable to meet the Council's minimum requirements may be assessed as a FAIL and be excluded from the Procurement."
},
{
"type": "economic",
"description": "4B.1.1 - Bidders will be required to have a minimum \"general\" yearly turnover of minimum of one and a half times the estimated annual value (in GBP) for their last two (2) financial years. --- 4B.3 - Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. --- 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10m GBP (TEN MILLION POUNDS STERLING) Public Liability Insurance = 5M GBP (FIVE MILLION POUNDS STERLING)",
"minimum": "4B.1.1 - Within the Qualification Envelope, the Tenderer should state their general yearly turnover as per their two (2) most recent sets of audited accounts. Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement. Bidders who fail to meet the general yearly turnover required will be assessed as a FAIL and will be excluded from the Procurement Should the Council issue a Request for Documentation, Bidders will be required to provide evidence in the form of a PDF version of their two (2) most recent sets of audited accounts. --- 4B.3 - Within the Qualification Envelope, the Tenderer is required to provide a brief statement detailing why required information is not available and confirm the date in which their organisation were set up / registered and / or started trading. Bidders who fail to provide a relevant response to ESPDS question 4.B.1.1 and fail to provide sufficient justification within ESPDS Part 4B.3 will be assessed as a FAIL and be excluded from the Procurement Should the Council issue a Request for Documentation, Bidders will be required to provide any financial accounts available to them, a letter supporting the basis of their preparation from an audit registered firm and any other 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. --- 4B.5 - Within the Qualification Envelope, Bidders should confirm whether or not they: - have the required minimum levels of insurance, - do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the Contract, - do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance, or - are exempt from requiring the minimum levels of insurance required by the Council Bidders that do not have required minimum levels of insurance and do not commit to obtaining required levels of insurance will be assessed as a FAIL and be excluded from the Procurement. Bidders who fail to provide a response to this question within their Tender may be assessed as a FAIL and be excluded from the Procurement. Should the Council issue a Request for Documentation, Bidders who: - indicated within the Qualification Envelope that they have the required minimum levels of insurance shall provide evidence to the Council. - indicated within the Qualification Envelope that they do not have the required minimum levels of insurance but commit to obtaining required levels of insurance if successful in being appointed to the Contract shall provide a letter addressed to the Council confirming that they will obtain all required insurance levels within 28 calendar days of receiving a Letter of Acceptance - indicated within the Qualification Envelope that they are exempt from requiring the minimum levels of insurance required by the Council shall provide a letter addressed to the Council detailing why they are exempt. --- ESPDS 4B.1.1 and 4B.5 will be assessed on a Pass /Fail basis. ESPDS 4B.3 should only be completed where the Bidder is not able to meet the requirements of ESPDS 4B.1.1. Accordingly, 4B.3 will be assessed on a Pass / Fail basis if necessary. Further information on the minimum requirements and full assessment criteria for Part 4.B of the ESPDS is located within condition 3.2 of the ITT document within the PCS-T System."
},
{
"type": "technical",
"description": "4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice. --- 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. --- 4D - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within condition 3.2 of the ITT document within the PCS-T System.",
"minimum": "4C.1.2 - Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the Contract which were similar in regards to scope, scale and duration. Within the Qualification Envelope, the Tenderer should provide a minimum of two (2) examples fully inclusive of the name of the contractual arrangement, a brief description of the requirements, the duration of the contractual arrangement (including start and end dates (month / year)) and the overall value. Bidders who fail to provide two suitable examples within their Tender may be assessed as a FAIL and be excluded from the Procurement. Should the Council issue a Request for Documentation, Bidders will be required to provide evidence in the form of a case study (no longer than two single sided pages in length and be complete with referee contact details) per example which best demonstrates their overall ability to meet the requirements of the Contract. --- 4C.10 - Tenderer's should confirm whether they intend to subcontract and, if so, what proportion will be sub-contracted Bidders who fail to demonstrate the percentage of works to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement Process. Where the Tenderer does not intend on sub-contracting any element of the Contract, they should state 0. --- 4D - Full details of the selection criteria in regards to Quality Assurance and Health and Safety is located within condition 3.2 of the ITT document within the PCS-T System. --- ESPDS 4C.1 and 4D will be assessed on a Pass /Fail basis. ESPDS 4C.10 is for information only and will not be assessed however sub-contractors identified may be required to provide a separate ESPDS. Further information on the minimum requirements and full assessment criteria for Part 4.C and 4.D of the ESPDS is located within condition 3.2 of the ITT document within the PCS-T System."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-01-29T00:00:00Z"
}
},
"classification": {
"id": "50800000",
"scheme": "CPV"
},
"reviewDetails": "A Tenderer that suffers, or risks suffering, loss or damage attributable to a breach of duty under the applicable legislation may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": true,
"recurrence": {
"description": "Dependent on any extension period grant, the Contract will be subject to re-tendering in 2022, 2023 or 2024."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Bidders are encourage to review and familiarise themselves with the ITT document located within the Supplier Attachment Area of the the PCST System prior to submitting a Tender. --- Bidders must complete the ESPDS within the Qualification Envelope of the PCST System as part of their submitted Tender. Further to Section III of this contract notice, the following minimum criteria will also apply: Part II - Information Concerning the Bidder A: Information About the Bidder; B: Information About Representatives of the Bidder; C: Information About Reliance on the Capacities of Other Entities; and D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely. Minimum level(s) of standards required: The information required in Part II of the ESPDS is for information only and therefore will not be assessed however the Council may choose not to select a Bidder that cannot provide basic company information. Bidders must ensure that they submit appropriate ESPDS completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the ESPDS. Part III - Exclusion Grounds Minimum level(s) of standards required: Bidders will be assessed as a FAIL and will be excluded from the Procurement if they detail that they are in any of the situations referred to in regulation 7 to 13 assessed in accordance with regulation 58 of the Public Contracts (Scotland) Regulations 2015 Part VI - Concluding statements Minimum level(s) of standards required: Bidders unable to complete this part of the ESPDS may be excluded from the competition. --- Late Tenders will not be considered under any circumstances The Council will not provide additional notification to any Bidder of the rejection of a late Tender. For the avoidance of any doubt, automated messages confirming receipt of a Tender should not be taken to imply acceptance of it by the Council. The complete Tender (complete with ESPDS) should be submitted in accordance with the instructions given with the Form of Tender signed by an authorised representative i.e. company director or secretary (as registered within Companies House) or by a person authorised by the Bidder to do so. The Council reserves the right to exclude any unclear, erroneous, qualified and / or incomplete Tenders received. (SC Ref:617186)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589297"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589297"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NLC-CPT-19-022",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 125-305954"
}
]
}