Notice Information
Notice Title
Metal Doors and Blacksmith Works - Service and Maintenance 2020-2024
Notice Description
The Council has a requirement to procure a contract for Metal Doors and Blacksmiths works - Service and Maintenance. The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.
Lot Information
Lot 1
The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.. 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 Council intends to include an additional 2 x 12 month extension periods which can be utilised should circumstances arise that such an extension is required.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000589811
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC376018
- 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
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
71 - Architectural, construction, engineering and inspection services
-
- CPV Codes
71550000 - Blacksmith services
Notice Value(s)
- Tender Value
- £3,080,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £3,080,000 £1M-£10M
Notice Dates
- Publication Date
- 24 Dec 20196 years ago
- Submission Deadline
- 7 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 10 Dec 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Carolynne Coole
- Contact Email
- coolemillerc@northlan.gov.uk, stewartpa@northlan.gov.uk
- Contact Phone
- +44 1698520415
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=JUL359637
Metal Doors and Blacksmith Works - Service and Maintenance 2020-2024 - The Council has a requirement to procure a contract for Metal Doors and Blacksmiths works - Service and Maintenance. The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC376018
Metal Doors and Blacksmith Works - Service and Maintenance 2020-2024 - The Council has a requirement to procure a contract for Metal Doors and Blacksmiths works - Service and Maintenance. The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.
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-r6ebe6-0000589811-2019-12-24T00:00:00Z",
"date": "2019-12-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000589811",
"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-1",
"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": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-21",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "stewartpa@northlan.gov.uk",
"telephone": "+44 1698520415",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-22",
"name": "City Gate Construction (Scotland) Limited",
"identifier": {
"legalName": "City Gate Construction (Scotland) Limited"
},
"address": {
"streetAddress": "24 MacDowall Street, CGC House",
"locality": "Paisley",
"region": "UKM",
"postalCode": "PA3 2NB"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-21"
},
"tender": {
"id": "NLC-CPT-19-061",
"title": "Metal Doors and Blacksmith Works - Service and Maintenance 2020-2024",
"description": "The Council has a requirement to procure a contract for Metal Doors and Blacksmiths works - Service and Maintenance. The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71550000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 3080000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-08-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-08-07T12:00:00Z"
},
"documents": [
{
"id": "JUL359637",
"documentType": "contractNotice",
"title": "Metal Doors and Blacksmith Works - Service and Maintenance 2020-2024",
"description": "The Council has a requirement to procure a contract for Metal Doors and Blacksmiths works - Service and Maintenance. The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL359637",
"format": "text/html"
},
{
"id": "DEC376018",
"documentType": "awardNotice",
"title": "Metal Doors and Blacksmith Works - Service and Maintenance 2020-2024",
"description": "The Council has a requirement to procure a contract for Metal Doors and Blacksmiths works - Service and Maintenance. The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC376018",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The scope of works comprises servicing, maintenance, repair and replacement to its existing portfolio of Metal Doors and Blacksmiths works throughout various sites within the Councils corporate portfolio (including the Council's Outdoor Centre at Kilbowie, Oban). There is a provision included within the provisional sums for possible works and minor replacements within NLL, NLP, CNL & Council ALEO properties to be paid for by these organisations by transfer of funds. The works will involve normal response repairs, immediate response repairs, planned maintenance work and replacement works for larger job types.. 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": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "30"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Council intends to include an additional 2 x 12 month extension periods which can be utilised should circumstances arise that such an extension is required."
}
}
],
"bidOpening": {
"date": "2019-08-07T12:00:00Z"
},
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"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 385,000 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 = 5,000,000 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 an 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 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.1.2 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.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site 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.1.2 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": "71550000",
"scheme": "CPV"
},
"hasRecurrence": false,
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-15",
"description": "Change to III.1.2 - Economic and financial standing List and brief description of selection criteria: 4B.1.2 - Bidders will be required to have an average yearly turnover of a minimum of 385,000 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 = 5,000,000 GBP each and every claim and in the annual aggregate. . Minimum level(s) of standards required: 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)"
}
]
},
"language": "EN",
"description": "Economic operators must meet Council's minimum requirements stated in this Contract Notice, 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 58 Public Contracts (Scotland) Regulations 2015. . 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. . Fail = response is not compliant with the minimum requirement stated in the Contract Notice section VI.3-Additional Information. . For detailed breakdown of the standard statements applicable to ESPD Questions 4D.1 and 4D.2, refer to document \"VI.3 Additional Information - Part 4D1 & 2\", contained within Buyers Attachment area of PCS-T. . 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. 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. (SC Ref:607809)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589811"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589811"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000589811"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NLC-CPT-19-061",
"suppliers": [
{
"id": "org-22",
"name": "City Gate Construction (Scotland) Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NLC-CPT-19-061",
"awardID": "NLC-CPT-19-061",
"status": "active",
"value": {
"amount": 3080000,
"currency": "GBP"
},
"dateSigned": "2019-12-10T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 130-319465"
}
],
"bids": {
"statistics": [
{
"id": "12",
"measure": "bids",
"value": 4,
"relatedLot": "1"
}
]
}
}