Notice Information
Notice Title
Framework Agreement - Tower Lifts Replacement
Notice Description
This procurement exercise is being conducted to put in place a multi-supplier framework agreement of which three contractors will be appointed for a duration of two years and for a maximum value of 3.5 million GBP to undertake the design and build of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area.
Lot Information
Lot 1
This procurement exercise is being conducted to put in place a multi-supplier framework agreement for a duration of two years and for a maximum value of 3.5 million GBP to undertake the design and build of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area. The framework agreement will be SBCC Framework Agreement 2014 (FA/Scot) for use in Scotland and the call-off mechanism will be the SBCC Design and Build Contract for use in Scotland 2016 (DB/Scot). The scope includes the design and build of of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area in the North Lanarkshire area. The following is included within the scope however, this list is not exhaustive: - Replace Control System - Replace Lift Drive System - Replace Entrances - Replace Lift Car. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000604425
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372730
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Framework
- 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
45000000 - Construction work
45210000 - Building construction work
45313100 - Lift installation work
Notice Value(s)
- Tender Value
- £3,500,000 £1M-£10M
- Lots Value
- £3,500,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 21 Nov 20196 years ago
- Submission Deadline
- 16 Dec 2019Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Support Services
- Contact Email
- contract.support@northlan.gov.uk
- Contact Phone
- +44 1698302661
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/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=6
11th December 2019 - Extremely minor deletion of OJEU number included in ESPDS Part 1 that was added in error see atached -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=5
25th November 2019 - Alterations highlighted in yellow.Average yearly turnover reduced to PS1,750,000 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=1
21st November 2019 - Document 1 - Selection Stage Document 1 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=2
21st November 2019 - Document 2 - Conditions of Participation -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=3
21st November 2019 - Document 3 - Bidders Response ESPDS -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=4
21st November 2019 - Contract Notice III.1.3 (Technical and Professional Ability) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372730
Framework Agreement - Tower Lifts Replacement - This procurement exercise is being conducted to put in place a multi-supplier framework agreement of which three contractors will be appointed for a duration of two years and for a maximum value of 3.5 million GBP to undertake the design and build of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area.
Notice URLs
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-r6ebe6-0000604425-2019-11-21T00:00:00Z",
"date": "2019-11-21T00:00:00Z",
"ocid": "ocds-r6ebe6-0000604425",
"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": "Support Services",
"email": "contract.support@northlan.gov.uk",
"telephone": "+44 1698302661",
"faxNumber": "+44 1698275125",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody",
"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"
}
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-15"
},
"tender": {
"id": "ocds-r6ebe6-0000604425",
"title": "Framework Agreement - Tower Lifts Replacement",
"description": "This procurement exercise is being conducted to put in place a multi-supplier framework agreement of which three contractors will be appointed for a duration of two years and for a maximum value of 3.5 million GBP to undertake the design and build of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area.",
"status": "active",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 3500000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Restricted procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-12-16T12:00:00Z"
},
"documents": [
{
"id": "NOV372730",
"documentType": "contractNotice",
"title": "Framework Agreement - Tower Lifts Replacement",
"description": "This procurement exercise is being conducted to put in place a multi-supplier framework agreement of which three contractors will be appointed for a duration of two years and for a maximum value of 3.5 million GBP to undertake the design and build of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV372730",
"format": "text/html"
},
{
"id": "NOV372730-1",
"title": "Document 1 - Selection Stage Document 1",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=1",
"datePublished": "2019-11-21T09:42:21Z",
"dateModified": "2019-11-21T09:42:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "NOV372730-2",
"title": "Document 2 - Conditions of Participation",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=2",
"datePublished": "2019-11-21T09:42:21Z",
"dateModified": "2019-11-21T09:42:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "NOV372730-3",
"title": "Document 3 - Bidders Response ESPDS",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=3",
"datePublished": "2019-11-21T09:42:21Z",
"dateModified": "2019-11-21T09:42:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "NOV372730-4",
"title": "Contract Notice III.1.3 (Technical and Professional Ability)",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=4",
"datePublished": "2019-11-21T09:42:21Z",
"dateModified": "2019-11-21T09:42:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "NOV372730-5",
"title": "Alterations highlighted in yellow.Average yearly turnover reduced to PS1,750,000",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=5",
"datePublished": "2019-11-25T12:01:58Z",
"dateModified": "2019-11-25T12:01:58Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "NOV372730-6",
"title": "Extremely minor deletion of OJEU number included in ESPDS Part 1 that was added in error see atached",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=NOV372730&idx=6",
"datePublished": "2019-12-11T14:59:31Z",
"dateModified": "2019-12-11T14:59:31Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
}
],
"lots": [
{
"id": "1",
"description": "This procurement exercise is being conducted to put in place a multi-supplier framework agreement for a duration of two years and for a maximum value of 3.5 million GBP to undertake the design and build of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area. The framework agreement will be SBCC Framework Agreement 2014 (FA/Scot) for use in Scotland and the call-off mechanism will be the SBCC Design and Build Contract for use in Scotland 2016 (DB/Scot). The scope includes the design and build of of lift replacement and refurbishment to various domestic tower blocks in the North Lanarkshire Council area in the North Lanarkshire area. The following is included within the scope however, this list is not exhaustive: - Replace Control System - Replace Lift Drive System - Replace Entrances - Replace Lift Car. 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": "active",
"value": {
"amount": 3500000,
"currency": "GBP"
},
"hasOptions": false,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": false
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2020-01-27T00:00:00Z"
},
"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 faily 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: 4B..1.1, 4B.3, 4B.5.1, 4B.5.2, 4B.5.3 and 4B.6.",
"minimum": "4B.1.1 - Candidates will be required to have an average yearly turnover of a minimum of the following:- 3,500,000 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 date of the contract, the following levels of insurance cover: 1) Professional Risk Indemnity Insurance: 5,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 2) 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 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 of Grade 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.1.1, 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."
},
{
"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": "Minimum level(s) of standards required: 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 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 and professional qualifications: Industry Accredited - Member of LEIA - Lift and Escalator Industry Association Certification Required - ISO 9001 certification awarded by a certification body approved by UKAS (the United Kingdom Accreditation Service) or a European certification body of equivalent status. - ISO 45001 or OHSAS 18001 certification awarded by a certification body approved by UKAS or a European certification body of equivalent status. - \"Note:\" ISO 45001 was published in March 2018 and replaces OHSAS 18001 with a transition of three years - Minimum Training Requirements Site Supervisor/Manager The Project Supervisor/Managers must have undertaken the 5-day CITB Course: 'The Site Management Safety Training Scheme' and hold the SMSTS certification or equivalent. Lift fitter A lift fitter should be suitably trained, qualified by knowledge and practical experience, provided with necessary instructions and supported within their organization to enable the required operations to be safely carried out. NOTE 1 - A suitable minimum level of certified qualification is one of the following: a) Level 3 NVQ Diploma in Engineering Maintenance (QCF) following an appropriate pathway in Servicing (EMG) and/or Repair (EMH); or a) Level 3 NVQ Diploma in Installation and Commissioning (QCF) following an appropriate pathway in Traction Lifts (ICC) and/or Hydraulic Lifts (ICD). NOTE 2 - Older certified qualifications that can be accepted as an equivalent level of qualification include: a) Level 3 NVQ in Engineering Maintenance with appropriate endorsement for Lift Servicing or Lift Repair; b) Level 3 NVQ in Installation and Commissioning with appropriate endorsement for Traction Lift Installation or Hydraulic Lift Installation; c) EMTA module/segment certification and apprenticeship certification prior to the existence of the former schemes 2). Other suitable certified qualifications might exist. Lift Fitters Assistant (Mate) Any person undertaking or assisting with the works on the site must have a minimum of EOR/202 Basic Lift Safety certification. Lift adjusters/testers (or persons carrying out such functions) Lift adjusters/testers should hold qualifications relevant to the products they work on, i.e. lifts. NOTE - A suitable minimum level of certified qualification is a Level 4 NVQ Certificate in Performing Testing Operations in the Lift and Escalator Industry including appropriate Unit Credits in one or both of the following units: TLE4/005 \"Performing testing operations on existing/ modernized equipment in the lift and escalator industry\"; TLE/006 \"Performing commissioning tests on new equipment in the lift and escalator industry\". Older certified qualifications that can be accepted as an equivalent level of qualification include a Certificate of Verified Achievement LET01 \"Lift and escalator - Tester obtaining units UC/401, UC/402\" and at least one of Units UT/403 and UT/405. Other suitable certified qualifications might exist. Lift adjusters/testers should also be trained in safe working procedures and should have the experience, skill and knowledge to undertake the commissioning of lifts following installation or refurbishment."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45313100",
"scheme": "CPV"
},
"reviewDetails": "Any 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": false
},
"language": "EN",
"description": "1. 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. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=592642. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers 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. A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=604425. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers 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. Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: A summary of the expected community benefits has been provided as follows: The Council's policy on Community Benefits in Procurement aims to consider whether community benefits can be included where it is making capital investments or services / goods are being purchased. An indication of the type of benefits which the Council expects is included within Selection Stage Document 1. Shortlisted Selection Stage Bidders invited to tender will be required to provide details within their Tender Submission of the Community Benefits they will deliver if their Tender submission is successful. It should be noted that the Community Benefit commitments made at Tender stage may form a contractual obligation. (SC Ref:604425)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000604425"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}