Award

Building Management Services

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

09 Apr 2020 at 00:00

Tender

30 Aug 2019 at 00:00

Summary of the contracting process

North Lanarkshire Council and North Lanarkshire Properties LLP are currently seeking proposals for their Building Management Services contract, which falls under the services industry category. This procurement process is at the Award stage, having completed its tender period, which ended on 4th October 2019. The contract is intended for delivery in North Lanarkshire, covering essential operational services in various properties throughout the region. Key details include a total contract value of £3.6 million, signed on 1st April 2020, and potential for extension, subject to the authorities' discretion.

This tender represents a significant opportunity for businesses specialising in facility management, janitorial services, and related operational support. Firms with experience in managing public sector contracts, particularly those that meet the specified criteria for quality and pricing, will be well-positioned to compete. Additionally, businesses familiar with the Transfer of Undertakings (Protection of Employment) Regulations might gain an advantage, as these considerations are noted in the contract terms.

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

Building Management Services

Notice Description

North Lanarkshire Council (The "Council") and North Lanarkshire Properties LLP (together known as the "Contracting Authorities") have an ongoing requirement for the delivery of key operational services in a number of their properties.

Lot Information

Lot 1

The Contracting Authorities have an ongoing requirement for the delivery of key operational services in a number of their properties including (but not limited to): -Reception Duties -Concierge -Janitorial and Caretaking Services -Management of Centres, on-site Contractors etc. The current portfolio of buildings identified for inclusion within the Contract include (but not limited to): -Airdrie Business Centre, 1 Chapel Lane, Airdrie ML6 6GX, -Buchanan Centre, 126-130 Main Street, Coatbridge ML5 3BJ, -Dalziel Building, 7 Scott Street, Motherwell ML1 1SX, -Enterprise House, Dalziel Street, Motherwell -Fleming House, 2 Tryst Road, Cumbernauld G67 1JW, -One Wellwynd, Airdrie ML6 0AG (from October 2020). Tenderers should be aware that the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to this Contract.

Options: For required areas of service delivery, the Contracting Authorities reserve the right to add and / or remove properties, buildings etc. throughout the duration of the contract. Any amendment made to the requirements by the Contracting Authorities within the contract will be notified to the Service Provider no later than two calendar months prior to the proposed amendment.

Renewal: It is anticipated that the Contract will be awarded for an initial period of 36 months with the Contracting Authorities reserving to extend the Contract for a further 24 months in two 12 month periods at its sole discretion. Following the agreed expiration of the Contract, a future tendering process may be required.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000594931
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385087
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

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79992000 - Reception services

79993000 - Building and facilities management services

79993100 - Facilities management services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£3,600,000 £1M-£10M

Notice Dates

Publication Date
9 Apr 20205 years ago
Submission Deadline
4 Oct 2019Expired
Future Notice Date
Not specified
Award Date
1 Apr 20205 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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Additional Buyers

NORTH LANARKSHIRE PROPERTIES LLP

Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

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
Cumbernauld South
Westminster Constituency
Cumbernauld and Kirkintilloch

Supplier Information

Number of Suppliers
1
Supplier Name

ENGIE SERVICES

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-r6ebe6-0000594931-2020-04-09T00:00:00Z",
    "date": "2020-04-09T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000594931",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-60",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "walkereuan@northlan.gov.uk",
                "telephone": "+44 169520414",
                "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"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-354",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "walkereuan@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"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-355",
            "name": "North Lanarkshire Properties LLP",
            "identifier": {
                "legalName": "North Lanarkshire Properties LLP"
            },
            "address": {
                "streetAddress": "Fleming House, 2 Tryst Road",
                "locality": "Cumbernauld",
                "region": "UK",
                "postalCode": "G67 1JW"
            },
            "contactPoint": {
                "email": "bairdd@northlan.gov.uk",
                "telephone": "+44 1236632602"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-356",
            "name": "ENGIE Services Limited",
            "identifier": {
                "legalName": "ENGIE Services Limited"
            },
            "address": {
                "streetAddress": "Q3, Quorum Business Park, Benton Lane",
                "locality": "Newcastle Upon Tyne",
                "region": "UK",
                "postalCode": "NE12 8EX"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-235",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Beckford Street",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "url": "http://www.southlanarkshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-354"
    },
    "tender": {
        "id": "NLC-CPT-19-020",
        "title": "Building Management Services",
        "description": "North Lanarkshire Council (The \"Council\") and North Lanarkshire Properties LLP (together known as the \"Contracting Authorities\") have an ongoing requirement for the delivery of key operational services in a number of their properties.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79993000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79993100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "79992000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire"
                },
                "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": "2019-10-04T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-10-04T12:30:00Z"
        },
        "documents": [
            {
                "id": "SEP364793",
                "documentType": "contractNotice",
                "title": "Building Management Services",
                "description": "North Lanarkshire Council (The \"Council\") and North Lanarkshire Properties LLP (together known as the \"Contracting Authorities\") have an ongoing requirement for the delivery of key operational services in a number of their properties.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP364793",
                "format": "text/html"
            },
            {
                "id": "APR385087",
                "documentType": "awardNotice",
                "title": "Building Management Services",
                "description": "North Lanarkshire Council (The \"Council\") and North Lanarkshire Properties LLP (together known as the \"Contracting Authorities\") have an ongoing requirement for the delivery of key operational services in a number of their properties.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR385087",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Contracting Authorities have an ongoing requirement for the delivery of key operational services in a number of their properties including (but not limited to): -Reception Duties -Concierge -Janitorial and Caretaking Services -Management of Centres, on-site Contractors etc. The current portfolio of buildings identified for inclusion within the Contract include (but not limited to): -Airdrie Business Centre, 1 Chapel Lane, Airdrie ML6 6GX, -Buchanan Centre, 126-130 Main Street, Coatbridge ML5 3BJ, -Dalziel Building, 7 Scott Street, Motherwell ML1 1SX, -Enterprise House, Dalziel Street, Motherwell -Fleming House, 2 Tryst Road, Cumbernauld G67 1JW, -One Wellwynd, Airdrie ML6 0AG (from October 2020). Tenderers should be aware that the Transfer of Undertakings (Protection of Employment) Regulations 2006 may apply to this Contract.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Contract Methodology",
                            "description": "15"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "options": {
                    "description": "For required areas of service delivery, the Contracting Authorities reserve the right to add and / or remove properties, buildings etc. throughout the duration of the contract. Any amendment made to the requirements by the Contracting Authorities within the contract will be notified to the Service Provider no later than two calendar months prior to the proposed amendment."
                },
                "hasOptions": true,
                "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 Contracting Authorities reserving to extend the Contract for a further 24 months in two 12 month periods at its sole discretion. Following the agreed expiration of the Contract, a future tendering process may be required."
                }
            }
        ],
        "bidOpening": {
            "date": "2019-10-04T12:30:00Z",
            "address": {
                "streetAddress": "Civic Square, Windmillhill Road, Motherwell, ML1 1AB"
            },
            "description": "Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "Further information is located within condition B.2 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 Contracting Authorities' 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 commencement 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 Contracting Authorities' 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 Contracting Authorities' 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 Contracting Authorities 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 Contracting Authorities' 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 Contracting Authorities'. - 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 Contracting Authorities' 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 Contracting Authorities' shall provide a letter addressed to the Contracting Authorities 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. Tenderers who fail to provide two suitable examples within their Tender may be assessed as a FAIL and be excluded from the Procurement. Should the Contracting Authorities issue a Request for Documentation, Tenderers will be required to provide evidence in the form of a case study (no longer than two single sided pages in length) per example demonstrating the satisfactory execution and outcome of the examples provided within their initial Tender to validate 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 failure to complete may result in afail being applied. Any 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": "2020-04-01T00:00:00Z"
            }
        },
        "classification": {
            "id": "79993000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The Service Provider is aware that the Contracting Authorities offers no guarantee that the stated maximum value of the Agreement will be reached and the value of the Agreement is wholly subject to where the Contracting Authorities identifying further Services within its property portfolio that could be delivered via this Agreement. (SC Ref:619306)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000594931"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000594931"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NLC-CPT-19-020",
            "suppliers": [
                {
                    "id": "org-356",
                    "name": "ENGIE Services Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-CPT-19-020",
            "awardID": "NLC-CPT-19-020",
            "status": "active",
            "value": {
                "amount": 3600000,
                "currency": "GBP"
            },
            "dateSigned": "2020-04-01T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 169-413347"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "651",
                "measure": "bids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "652",
                "measure": "smeBids",
                "value": 1,
                "relatedLot": "1"
            },
            {
                "id": "653",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "654",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "655",
                "measure": "electronicBids",
                "value": 2,
                "relatedLot": "1"
            }
        ]
    }
}