Notice Information
Notice Title
North Lanarkshire Council - Enterprise Strategic Commercial Partnership
Notice Description
North Lanarkshire Council (the Council) has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. The Council aims to implement its vision that enables inclusive economic growth and prosperity through an ambitious programme of regeneration and infrastructure investment. The Council is seeking a private sector partner (the Commercial Partner or PSP) to create a long term strategic commercial place shaping partnership to provide an innovative new approach to the delivery of a full range of interconnected property, community asset and infrastructure investment to support its ambitions to revitalise its communities. Due to the complex nature of the requirement, the Council will be using the competitive dialogue procedure for this procurement.
Lot Information
Lot 1
The Council is proposing to establish an Enterprise Strategic Commercial Partnership (ESCP) with a PSP to provide strategic advice and services (the Partnering Services), delivery of asset maintenance services (the Core Services), management and delivery of projects ancillary to the delivery of Core Services (the Core Projects & Programmes) for 20 years (plus up to 5 years extension). The ESCP is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement to support the Council in meeting and exceeding its objectives. It is envisaged that the Council and the PSP will each be a member of the ESCP entity, with the PSP owning the majority stake. The PSP will be required to enter into a joint venture agreement with the Council to establish the ESCP (the Members Agreement). The ESCP will also enter into a partnering agreement with the Council through which the Partnering Services, Core Services, and Core Projects & Programmes will be delivered (the Prime Contract). The Council may require the ESCP (or special purpose vehicles which may be established by the ESCP) to deliver Partnering Services relating to a range of projects for new assets and/or specific facilities management service contracts entered into by the Council with third parties. Partnering Services to be provided by the ESCP will include: 1. Strategic Services -- providing a range of professional services to support the Council to develop strategy and policy, develop business cases, conduct feasibility studies, source finance and external funding, develop procurement strategy, and manage social impact to support the delivery of Core Services, Core Projects & Programmes, and support the management of Council Funded Projects and Programmes and Strategic Projects and Programmes. 2. Delivery Management Services -- providing a range of professional services to support the Council to conduct procurement exercises, provide project management and programme management services, and commercial management services in respect of Core Services, Core Projects & Programmes, and management of Council Funded Projects and Programmes and Strategic Projects and Programmes. 3. Integrator / Operator Services - providing a range of professional services to the Council to develop, and manage a supply chain for Partnering Services, Core Services, Core Projects & Programmes, and deliver and manage Partnering Services, Core Services, and Core Projects and Programmes. Core Services to be provided by the ESCP will include delivery of services including but not limited to delivery of housing maintenance services, corporate maintenance services and roads maintenance and winter services. Core Projects & Programmes to be provided by the ESCP will include life cycle replacements of components of assets at scale (including but not limited to replacement of kitchens, bathrooms, flooring, roofs, render, cladding, mechanical and electrical installations, heating installations, windows, doors, decoration works, drainage works, communal area works, energy efficiency improvements, tower block works, demolition and other refurbishment works). The estimated contract value is 5.737bn GBP over the full contract term (including all extensions) based on the Council's budgets for the Partnering Services, Core Services and Core Projects and Programmes. There is no guarantee of this level of business. Further details of this opportunity are set out in the procurement documents. Please see Section VI.3 for details relating to the SPD and other procurement documents being released at this stage. Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) ("TUPE") may apply to this contract. Further details will be provided in the ITPD issued to the Candidates invited to participate in dialogue.. Candidates should read and refer to the Instructions to Candidates document (ITC). Failure to comply with the ITC may result in a Candidate's SPD submission being rejected. Candidates 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.
Options: May be a need over the term of the contract to allow the Council to remove, add, or change the buildings & structures of its property portfolio(including on a temporary, emergency & short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the contract)& to vary the contract including the overall value of the contract estimated.
Renewal: The Contracts will be awarded for an initial term of 20 years thereafter the Council will have the option to extend the term for a period(s) of up to a maximum of 5 years. Any period(s) of extension will be at the Council's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000641103
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN418451
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Selective
- Procurement Method Details
- Competitive dialogue
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
33 - Medical equipments, pharmaceuticals and personal care products
34 - Transport equipment and auxiliary products to transportation
39 - Furniture (incl. office furniture), furnishings, domestic appliances (excl. lighting) and cleaning products
42 - Industrial machinery
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
45 - Construction work
48 - Software package and information systems
50 - Repair and maintenance services
51 - Installation services (except software)
66 - Financial and insurance services
70 - Real estate services
71 - Architectural, construction, engineering and inspection services
72 - IT services: consulting, software development, Internet and support
77 - Agricultural, forestry, horticultural, aquacultural and apicultural services
79 - Business services: law, marketing, consulting, recruitment, printing and security
90 - Sewage, refuse, cleaning and environmental services
92 - Recreational, cultural and sporting services
-
- CPV Codes
09320000 - Steam, hot water and associated products
09330000 - Solar energy
33196000 - Medical aids
34920000 - Road equipment
34970000 - Traffic-monitoring equipment
34996000 - Control, safety or signalling equipment for roads
39715000 - Water heaters and heating for buildings; plumbing equipment
39721000 - Domestic cooking or heating equipment
42160000 - Boiler installations
42961000 - Command and control system
44113700 - Road-repair materials
44113800 - Road-surfacing materials
44113810 - Surface dressing
44113900 - Road-maintenance materials
44113910 - Winter-maintenance materials
44220000 - Builders' joinery
44410000 - Articles for the bathroom and kitchen
44480000 - Miscellaneous fire-protection equipment
45110000 - Building demolition and wrecking work and earthmoving work
45236000 - Flatwork
45260000 - Roof works and other special trade construction works
45300000 - Building installation work
45310000 - Electrical installation work
45320000 - Insulation work
45330000 - Plumbing and sanitary works
45340000 - Fencing, railing and safety equipment installation work
45350000 - Mechanical installations
45400000 - Building completion work
45410000 - Plastering work
45420000 - Joinery and carpentry installation work
45430000 - Floor and wall covering work
45440000 - Painting and glazing work
48000000 - Software package and information systems
50000000 - Repair and maintenance services
50230000 - Repair, maintenance and associated services related to roads and other equipment
50232000 - Maintenance services of public-lighting installations and traffic lights
50342000 - Repair and maintenance services of audio equipment
50413100 - Repair and maintenance services of gas-detection equipment
50413200 - Repair and maintenance services of firefighting equipment
50430000 - Repair and maintenance services of precision equipment
50432000 - Repair and maintenance services of clocks
50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50610000 - Repair and maintenance services of security equipment
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
50720000 - Repair and maintenance services of central heating
50750000 - Lift-maintenance services
51700000 - Installation services of fire protection equipment
66510000 - Insurance services
70110000 - Development services of real estate
70111000 - Development of residential real estate
70112000 - Development of non-residential real estate
70120000 - Buying and selling of real estate
70210000 - Residential property renting or leasing services
70220000 - Non-residential property renting or leasing services
70310000 - Building rental or sale services
70320000 - Land rental or sale services
70330000 - Property management services of real estate on a fee or contract basis
71000000 - Architectural, construction, engineering and inspection services
71210000 - Advisory architectural services
71220000 - Architectural design services
71240000 - Architectural, engineering and planning services
71250000 - Architectural, engineering and surveying services
71310000 - Consultative engineering and construction services
71311000 - Civil engineering consultancy services
71312000 - Structural engineering consultancy services
71313000 - Environmental engineering consultancy services
71314000 - Energy and related services
71315000 - Building services
71317000 - Hazard protection and control consultancy services
71320000 - Engineering design services
71324000 - Quantity surveying services
71330000 - Miscellaneous engineering services
71334000 - Mechanical and electrical engineering services
71340000 - Integrated engineering services
71400000 - Urban planning and landscape architectural services
71410000 - Urban planning services
71420000 - Landscape architectural services
71500000 - Construction-related services
71510000 - Site-investigation services
71520000 - Construction supervision services
71530000 - Construction consultancy services
71540000 - Construction management services
71600000 - Technical testing, analysis and consultancy services
71630000 - Technical inspection and testing services
71700000 - Monitoring and control services
71800000 - Consulting services for water-supply and waste consultancy
72224000 - Project management consultancy services
77310000 - Planting and maintenance services of green areas
79100000 - Legal services
79212000 - Auditing services
79410000 - Business and management consultancy services
79993000 - Building and facilities management services
79996000 - Business organisation services
90620000 - Snow-clearing services
90650000 - Asbestos removal services
90690000 - Graffiti removal services
90700000 - Environmental services
90911000 - Accommodation, building and window cleaning services
90914000 - Car park cleaning services
92222000 - Closed circuit television services
Notice Value(s)
- Tender Value
- £5,737,000,000 £1B-£10B
- Lots Value
- £5,737,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 16 Jun 20214 years ago
- Submission Deadline
- 4 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Jun 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The Council currently envisages deciding whether to invoke the available options to extend the contract or to procure a new contract approximately eighteen (18) months prior to the expiry of the initial contract term.
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
- Euan Walker
- Contact Email
- corporateprocurement@northlan.gov.uk, walkereuan@northlan.gov.uk
- Contact Phone
- +44 1698403876
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412938
North Lanarkshire Council - Enterprise Strategic Commercial Partnership - North Lanarkshire Council (the Council) has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. The Council aims to implement its vision that enables inclusive economic growth and prosperity through an ambitious programme of regeneration and infrastructure investment. The Council is seeking a private sector partner (the Commercial Partner or PSP) to create a long term strategic commercial place shaping partnership to provide an innovative new approach to the delivery of a full range of interconnected property, community asset and infrastructure investment to support its ambitions to revitalise its communities. Due to the complex nature of the requirement, the Council will be using the competitive dialogue procedure for this procurement. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN418451
North Lanarkshire Council - Enterprise Strategic Commercial Partnership - North Lanarkshire Council (the Council) has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. The Council aims to implement its vision that enables inclusive economic growth and prosperity through an ambitious programme of regeneration and infrastructure investment. The Council is seeking a private sector partner (the Commercial Partner or PSP) to create a long term strategic commercial place shaping partnership to provide an innovative new approach to the delivery of a full range of interconnected property, community asset and infrastructure investment to support its ambitions to revitalise its communities. Due to the complex nature of the requirement, the Council will be using the competitive dialogue procedure for this procurement.
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-r6ebe6-0000641103-2021-06-16T00:00:00Z",
"date": "2021-06-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000641103",
"initiationType": "tender",
"parties": [
{
"id": "org-32",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "corporateprocurement@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698275125",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"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-19",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament House",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"email": "supreme.courts@scotcourts.gov.uk",
"telephone": "+44 1312252595",
"url": "http://"
},
"roles": [
"reviewContactPoint",
"reviewBody",
"mediationBody"
]
},
{
"id": "org-177",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Euan Walker",
"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-10",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament House, Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"mediationBody",
"reviewContactPoint",
"reviewBody"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-177"
},
"tender": {
"id": "ocds-r6ebe6-0000641103",
"title": "North Lanarkshire Council - Enterprise Strategic Commercial Partnership",
"description": "North Lanarkshire Council (the Council) has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. The Council aims to implement its vision that enables inclusive economic growth and prosperity through an ambitious programme of regeneration and infrastructure investment. The Council is seeking a private sector partner (the Commercial Partner or PSP) to create a long term strategic commercial place shaping partnership to provide an innovative new approach to the delivery of a full range of interconnected property, community asset and infrastructure investment to support its ambitions to revitalise its communities. Due to the complex nature of the requirement, the Council will be using the competitive dialogue procedure for this procurement.",
"status": "cancelled",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71334000",
"scheme": "CPV"
},
{
"id": "70110000",
"scheme": "CPV"
},
{
"id": "70112000",
"scheme": "CPV"
},
{
"id": "70120000",
"scheme": "CPV"
},
{
"id": "70210000",
"scheme": "CPV"
},
{
"id": "70220000",
"scheme": "CPV"
},
{
"id": "70310000",
"scheme": "CPV"
},
{
"id": "70320000",
"scheme": "CPV"
},
{
"id": "70330000",
"scheme": "CPV"
},
{
"id": "71210000",
"scheme": "CPV"
},
{
"id": "71220000",
"scheme": "CPV"
},
{
"id": "71240000",
"scheme": "CPV"
},
{
"id": "71250000",
"scheme": "CPV"
},
{
"id": "71310000",
"scheme": "CPV"
},
{
"id": "71311000",
"scheme": "CPV"
},
{
"id": "71312000",
"scheme": "CPV"
},
{
"id": "71313000",
"scheme": "CPV"
},
{
"id": "71314000",
"scheme": "CPV"
},
{
"id": "71315000",
"scheme": "CPV"
},
{
"id": "71317000",
"scheme": "CPV"
},
{
"id": "71320000",
"scheme": "CPV"
},
{
"id": "71324000",
"scheme": "CPV"
},
{
"id": "71330000",
"scheme": "CPV"
},
{
"id": "71340000",
"scheme": "CPV"
},
{
"id": "71410000",
"scheme": "CPV"
},
{
"id": "71420000",
"scheme": "CPV"
},
{
"id": "71500000",
"scheme": "CPV"
},
{
"id": "71510000",
"scheme": "CPV"
},
{
"id": "71520000",
"scheme": "CPV"
},
{
"id": "71530000",
"scheme": "CPV"
},
{
"id": "71540000",
"scheme": "CPV"
},
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "71700000",
"scheme": "CPV"
},
{
"id": "72224000",
"scheme": "CPV"
},
{
"id": "79410000",
"scheme": "CPV"
},
{
"id": "79996000",
"scheme": "CPV"
},
{
"id": "79993000",
"scheme": "CPV"
},
{
"id": "90700000",
"scheme": "CPV"
},
{
"id": "79100000",
"scheme": "CPV"
},
{
"id": "48000000",
"scheme": "CPV"
},
{
"id": "66510000",
"scheme": "CPV"
},
{
"id": "79212000",
"scheme": "CPV"
},
{
"id": "70111000",
"scheme": "CPV"
},
{
"id": "71400000",
"scheme": "CPV"
},
{
"id": "71600000",
"scheme": "CPV"
},
{
"id": "71800000",
"scheme": "CPV"
},
{
"id": "09320000",
"scheme": "CPV"
},
{
"id": "09330000",
"scheme": "CPV"
},
{
"id": "45110000",
"scheme": "CPV"
},
{
"id": "45236000",
"scheme": "CPV"
},
{
"id": "45260000",
"scheme": "CPV"
},
{
"id": "45300000",
"scheme": "CPV"
},
{
"id": "45310000",
"scheme": "CPV"
},
{
"id": "45320000",
"scheme": "CPV"
},
{
"id": "45330000",
"scheme": "CPV"
},
{
"id": "45340000",
"scheme": "CPV"
},
{
"id": "45350000",
"scheme": "CPV"
},
{
"id": "42160000",
"scheme": "CPV"
},
{
"id": "51700000",
"scheme": "CPV"
},
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "50342000",
"scheme": "CPV"
},
{
"id": "50413100",
"scheme": "CPV"
},
{
"id": "50413200",
"scheme": "CPV"
},
{
"id": "50430000",
"scheme": "CPV"
},
{
"id": "50432000",
"scheme": "CPV"
},
{
"id": "50500000",
"scheme": "CPV"
},
{
"id": "50610000",
"scheme": "CPV"
},
{
"id": "50700000",
"scheme": "CPV"
},
{
"id": "50710000",
"scheme": "CPV"
},
{
"id": "50720000",
"scheme": "CPV"
},
{
"id": "50750000",
"scheme": "CPV"
},
{
"id": "90650000",
"scheme": "CPV"
},
{
"id": "90911000",
"scheme": "CPV"
},
{
"id": "44220000",
"scheme": "CPV"
},
{
"id": "44410000",
"scheme": "CPV"
},
{
"id": "44480000",
"scheme": "CPV"
},
{
"id": "45400000",
"scheme": "CPV"
},
{
"id": "45410000",
"scheme": "CPV"
},
{
"id": "45420000",
"scheme": "CPV"
},
{
"id": "45430000",
"scheme": "CPV"
},
{
"id": "45440000",
"scheme": "CPV"
},
{
"id": "77310000",
"scheme": "CPV"
},
{
"id": "92222000",
"scheme": "CPV"
},
{
"id": "33196000",
"scheme": "CPV"
},
{
"id": "42961000",
"scheme": "CPV"
},
{
"id": "39715000",
"scheme": "CPV"
},
{
"id": "39721000",
"scheme": "CPV"
},
{
"id": "50230000",
"scheme": "CPV"
},
{
"id": "50232000",
"scheme": "CPV"
},
{
"id": "90620000",
"scheme": "CPV"
},
{
"id": "90690000",
"scheme": "CPV"
},
{
"id": "90914000",
"scheme": "CPV"
},
{
"id": "44113700",
"scheme": "CPV"
},
{
"id": "44113800",
"scheme": "CPV"
},
{
"id": "44113810",
"scheme": "CPV"
},
{
"id": "44113900",
"scheme": "CPV"
},
{
"id": "44113910",
"scheme": "CPV"
},
{
"id": "34920000",
"scheme": "CPV"
},
{
"id": "34970000",
"scheme": "CPV"
},
{
"id": "34996000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the geographical boundaries of North Lanarkshire Council area. There may be a need over the term of the proposed Contracts to operate outwith the North Lanarkshire Council area."
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 5737000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive dialogue",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-06-04T12:00:00Z"
},
"documents": [
{
"id": "APR412938",
"documentType": "contractNotice",
"title": "North Lanarkshire Council - Enterprise Strategic Commercial Partnership",
"description": "North Lanarkshire Council (the Council) has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. The Council aims to implement its vision that enables inclusive economic growth and prosperity through an ambitious programme of regeneration and infrastructure investment. The Council is seeking a private sector partner (the Commercial Partner or PSP) to create a long term strategic commercial place shaping partnership to provide an innovative new approach to the delivery of a full range of interconnected property, community asset and infrastructure investment to support its ambitions to revitalise its communities. Due to the complex nature of the requirement, the Council will be using the competitive dialogue procedure for this procurement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR412938",
"format": "text/html"
},
{
"id": "JUN418451",
"documentType": "awardNotice",
"title": "North Lanarkshire Council - Enterprise Strategic Commercial Partnership",
"description": "North Lanarkshire Council (the Council) has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. The Council aims to implement its vision that enables inclusive economic growth and prosperity through an ambitious programme of regeneration and infrastructure investment. The Council is seeking a private sector partner (the Commercial Partner or PSP) to create a long term strategic commercial place shaping partnership to provide an innovative new approach to the delivery of a full range of interconnected property, community asset and infrastructure investment to support its ambitions to revitalise its communities. Due to the complex nature of the requirement, the Council will be using the competitive dialogue procedure for this procurement.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN418451",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Council is proposing to establish an Enterprise Strategic Commercial Partnership (ESCP) with a PSP to provide strategic advice and services (the Partnering Services), delivery of asset maintenance services (the Core Services), management and delivery of projects ancillary to the delivery of Core Services (the Core Projects & Programmes) for 20 years (plus up to 5 years extension). The ESCP is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement to support the Council in meeting and exceeding its objectives. It is envisaged that the Council and the PSP will each be a member of the ESCP entity, with the PSP owning the majority stake. The PSP will be required to enter into a joint venture agreement with the Council to establish the ESCP (the Members Agreement). The ESCP will also enter into a partnering agreement with the Council through which the Partnering Services, Core Services, and Core Projects & Programmes will be delivered (the Prime Contract). The Council may require the ESCP (or special purpose vehicles which may be established by the ESCP) to deliver Partnering Services relating to a range of projects for new assets and/or specific facilities management service contracts entered into by the Council with third parties. Partnering Services to be provided by the ESCP will include: 1. Strategic Services -- providing a range of professional services to support the Council to develop strategy and policy, develop business cases, conduct feasibility studies, source finance and external funding, develop procurement strategy, and manage social impact to support the delivery of Core Services, Core Projects & Programmes, and support the management of Council Funded Projects and Programmes and Strategic Projects and Programmes. 2. Delivery Management Services -- providing a range of professional services to support the Council to conduct procurement exercises, provide project management and programme management services, and commercial management services in respect of Core Services, Core Projects & Programmes, and management of Council Funded Projects and Programmes and Strategic Projects and Programmes. 3. Integrator / Operator Services - providing a range of professional services to the Council to develop, and manage a supply chain for Partnering Services, Core Services, Core Projects & Programmes, and deliver and manage Partnering Services, Core Services, and Core Projects and Programmes. Core Services to be provided by the ESCP will include delivery of services including but not limited to delivery of housing maintenance services, corporate maintenance services and roads maintenance and winter services. Core Projects & Programmes to be provided by the ESCP will include life cycle replacements of components of assets at scale (including but not limited to replacement of kitchens, bathrooms, flooring, roofs, render, cladding, mechanical and electrical installations, heating installations, windows, doors, decoration works, drainage works, communal area works, energy efficiency improvements, tower block works, demolition and other refurbishment works). The estimated contract value is 5.737bn GBP over the full contract term (including all extensions) based on the Council's budgets for the Partnering Services, Core Services and Core Projects and Programmes. There is no guarantee of this level of business. Further details of this opportunity are set out in the procurement documents. Please see Section VI.3 for details relating to the SPD and other procurement documents being released at this stage. Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to this contract. Further details will be provided in the ITPD issued to the Candidates invited to participate in dialogue.. Candidates should read and refer to the Instructions to Candidates document (ITC). Failure to comply with the ITC may result in a Candidate's SPD submission being rejected. Candidates may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"status": "cancelled",
"value": {
"amount": 5737000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "80%"
},
{
"type": "price",
"description": "20%"
}
]
},
"options": {
"description": "May be a need over the term of the contract to allow the Council to remove, add, or change the buildings & structures of its property portfolio(including on a temporary, emergency & short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the contract)& to vary the contract including the overall value of the contract estimated."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 5,
"maximumCandidates": 5
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 7200
},
"hasRenewal": true,
"renewal": {
"description": "The Contracts will be awarded for an initial term of 20 years thereafter the Council will have the option to extend the term for a period(s) of up to a maximum of 5 years. Any period(s) of extension will be at the Council's sole discretion."
}
}
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Where bidders are bidding as part of a group (e.g a consortium), the Council reserves the right to require bidders to assume a specific legal form for the purpose of the award of the contract (e.g. establishing a special purpose vehicle ('SPV') to act as the PSP member of the ESCP entity). Furthermore, where a Candidate relies upon the capacities of other entities with regard to criteria relating to economic and financial standing, the Council reserves the right to require that the Candidate and those entities to be jointly and severally liable."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"successiveReduction": true,
"invitationDate": "2021-08-06T00:00:00Z"
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Candidates shall be required to satisfy minimum standards and to provide proof of economic and financial standing. (a) in response to SPD Question Ref 4B.4 provide a value and self assess the risk rating for each of the nine financial ratios. Candidates do not need to provide a value for Test 10 as the Council will independently carry out a credit check for Test 10. Financial tests will be applied on the most recent audited accounts; and (b) in response to SPD Question Ref 4B5.1 and 4B5.2 confirm they already have or can commit to obtain, prior to commencement of the contract the required levels of insurance; and (c) in response to SPD Question Ref 4B.6 explicitly state if the Candidate is reliant upon another organisation to satisfy the Financial Tests and provide a commitment to obtain a guarantee. Where the Prime Contractor (or Lead Organisation, Other Consortium Member or Key Sub-Contractor) is seeking to rely on the economic and financial standing of a parent company (or other organisation) to satisfy the Financial Tests then the Candidate should satisfy points i to iii: (i) state this explicitly; (ii) provide a letter of commitment from the parent company (or other organisation) to provide a guarantee; and (iii) provide the financial information related to Financial Tests 1-9 in respect of the guarantor by completing Q4B.4 of the SPD. Where the Prime Contractor is itself a Joint Venture Company (JVC)/ Special Purpose Vehicle (SPV), the Council shall seek 'joint and several' guarantees from the major shareholders of the JVC or SPV. The Council will test the economic and financial standing of these organisations on an individual basis.",
"minimum": "Candidates are required to satisfy minimum standards of economic and financial standing. These are described below: Insurances In response to SPD Question Ref 4B.5 Candidates must confirm they already have or can commit to obtain prior to commencement of the contract to obtaining the following insurances and associated financial levels: Public Liability Insurance = 25000000GBP each and every claim and in the annual aggregate Professional Indemnity Insurance = 10000000GBP each and every claim and in the annual aggregate Employers Liability = 10000000GBP each and every claim and in the annual aggregate And, any other insurance required by the contractor or by the appropriate legislation with a sum insured / limit of indemnity to satisfy the contract or legal requirements. In responding to SPD Question Ref 4B.5.1 and 4B.5.2 of the SPD, where the Candidate ticks the box \"No, and I cannot commit to obtain it\" they shall be marked as FAIL and shall be excluded from the Procurement. Evaluation Criteria Ratios (SPD Question Ref. 4B.4) Candidates are required to state the value for Tests 1 to 9, Candidates are not required to state a value for Test 10. The financial information received under SPD Question Ref 4B.4, ratios 1-9 shall be evaluated on a risk assessment basis by determining whether the information provided falls into a Low, Medium or High Risk banding. Candidates are asked to provide information on nine individual economic and financial standing evaluation criteria, namely: Test 1: Turnover to contract value Test 2: Net Operating Margin Test 3: Net Debt / EBITDA Test 4: Net assets Test 5: Acid Ratio Test 6: Free Cash Flow / Net Debt Test 7: Net Debt + Net Pension Deficit / EBITDA Test 8: Net Interest Paid Cover Test 9: Group Exposure Ratio The Council will independently carry out a credit check for Test 10. Test 10: Credit check ratings. In relation to Test 10, Candidates will be assessed against their Dun & Bradstreet (D&B) rating, specifically their Risk Indicator Score. As outlined in the ITC (Appendix 2), if this score is 4 or where a D&B report is not available, it will be assessed as High Risk, otherwise it will be assessed as Low Risk. The information submitted in response to Question 4B.4 will be assessed on an Overall Pass/Overall Fail basis in accordance with the detailed methodology set out in the ITC (Appendix 2). An assessment of Overall Fail for Question 4B.4 will result in the Candidate being excluded from the Procurement. Where the application of a single financial test generates a ratio which falls into the corresponding Low Risk band, this is assessed as a Pass for the single financial test. Where the application of a single financial test generates a ratio which falls into the corresponding Medium Risk band or High Risk band, the Council will assess the mitigating evidence that must be provided as part of the SPD submission. Where the SPD submission has been submitted by a Consortium, the evaluation will include the Lead Organisation and Key Sub-Contractors and/or other Consortium members involved in delivering Housing maintenance and Corporate repairs. If a Key Subcontractor/Consortium Member is being utilised to deliver Housing maintenance and Corporate repairs, they will be evaluated in relation to the appropriate financial thresholds applicable to their role. A table detailing the response for each bidding structure has been included in the ITC (Appendix 2)."
},
{
"type": "technical",
"description": "In response to SPD: Question Ref 4C.1.2 Candidates are required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in section II.2.4 of the Contract Notice. Candidates are asked to provide suitable responses to questions set out in the ITC (Appendix 3), demonstrating that they have the required minimum standards of eligibility and technical and professional ability. These questions shall be answered by single Candidates and by consortiums (consortium members should not respond individually. Where a Candidate is a consortium or relying on Key-Subcontractors, a single composite response should be submitted by the Lead Organisation). Question 4C.1.2 carries an overall weighting of 100%. This question is divided into four (4) separate questions listed below. Candidates are required to provide a response to each of the questions. Candidates must achieve an overall combined minimum (unweighted) score requirement of twelve (12) for question one (1), ten (10) for question two (2) and eight (8) for question three (3) below. There is no minimum score requirement for question four (4). Candidates unable to meet the minimum score requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: 1. Partnering Services - Strategic (weighting = 30%); 2. Partnering Services - Delivery Management (weighting = 25%); 3. Partnering Services - Integrator / Operator (weighting = 25%); 4. Social Impact (weighting = 20%); The responses provided to each question shall be assessed using the following marking scheme: 0 - Unacceptable - Nil or inadequate response. Fails to demonstrate previous experience / capacity / capability relevant to this criterion; 1 - Poor - Response is partially relevant but generally poor. The response shows some elements of relevance to the criterion but contains insufficient / limited detail or explanation to demonstrate previous relevant experience / capacity / capability; 2 - Acceptable - Response is relevant and acceptable. The response demonstrates broad previous experience, knowledge and skills / capacity / capability but may lack in some aspects of similarity e.g. previous experience, knowledge or skills may not be of a similar nature; 3 - Good - Response is relevant and good. The response is sufficiently detailed to demonstrate a good amount of experience, knowledge or skills / capacity / capability relevant to providing similar services to similar clients; 4 - Excellent - Response is completely relevant and excellent overall. The response is comprehensive, unambiguous and demonstrates thorough experience, knowledge or skills / capacity / capability relevant to providing similar services to similar clients; Under SPD Questions 4D.1 and 4D.2 Candidates shall be required to insert suitable responses to demonstrate that they have in place appropriate quality, environmental and health and safety management systems. Candidates should specify their recognised accredited system or own non-accredited system which will ultimately be adopted if awarded the contract. Subsequently, under SPD, Question Ref.4D.1 and 4D.2 Candidates are required to confirm their compliance and be able to provide the appropriate certification. The responses to SPD Questions 4D.1 and 4D.2 shall each be assessed on the basis of PASS or FAIL. Candidates who obtain a FAIL in either of their responses shall not be considered further in this procurement competition.",
"minimum": "Please refer to the ITC (Appendices 1 and 3). Each of these questions should be answered using the documents attached to each question within the PCS-T system."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 360
}
},
"classification": {
"id": "71000000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or the Court of Session. In accordance with the Public Contracts (Scotland) Regulations 2015, the Council will incorporate a minimum 10 calendar day standstill period from the date information on the award of the contract is communicated to bidders.",
"hasRecurrence": true,
"recurrence": {
"description": "The Council currently envisages deciding whether to invoke the available options to extend the contract or to procure a new contract approximately eighteen (18) months prior to the expiry of the initial contract term."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-008769"
}
],
"description": "Section I.2 - Council bodies which can use the Contracts to access the services are the Council and the Council's arms' length external organisations, which include, but may not be limited to: Routes to Work Ltd, Fusion Assets Ltd, North Lanarkshire Properties LLP, NL Property Investments Ltd and North Lanarkshire Municipal Bank Ltd. Section I.3 - Access to the Data Room and procurement documents: The Instructions to Candidates (ITC) and the other procurement documents being released at this stage can be accessed via PCS-T Supplier Attachment Area. The draft Invitation to Participate in Dialogue (ITPD) and draft Invitation to Submit Outline Solutions (ISOS) are being released at this stage to explain the proposed approach to the procurement process and do not amount to an invitation to participate in dialogue and/or to submit an outline solution. Additional information on the project is contained in the Data Room. To access the Data Room, Candidates must sign and return via the Messaging Area the Confidentiality Agreement located in the PCS-T Supplier Attachment Area. It is in each Candidate's interest to complete this activity as soon as possible. The services described in II.2.4 will be delivered to the following asset types including but not limited to: housing for mid market rent, housing for social rent, special needs housing, care homes, social care facilities, other residential and social care housing, all adopted non trunk roads, other roads infrastructure, wellbeing facilities, libraries, museums, town halls, community halls, education facilities, sports and leisure facilities, swimming pools, arts and culture facilities, retirement housing, sheltered housing, office and administrative facilities, serviced facilities, tourism facilities, cemeteries, retail, industrial / commercial, energy infrastructure, depots, cemeteries, workshop facilities. 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 SPD is for information only and therefore will not be assessed however the Council may choose not to select Candidates that cannot provide basic company information. Candidates must ensure that they submit appropriate SPDs completed by other members of the group, if they are submitting a SPD as part of a group and others on whose capacity they rely, to satisfy any aspect of the SPD. Part VI - Concluding statements Minimum level(s) of standards required: Candidates unable to complete this part of the SPD may be excluded from the Procurement. Disclaimer The Council is not liable for any costs incurred, including in respect of expressing an interest, participating in dialogue or in tendering for this opportunity. The Council reserves the right to terminate the procurement (or any part of it) at its own discretion. (SC Ref:657510)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000641103"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000641103"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "N/a",
"status": "unsuccessful",
"statusDetails": "discontinued",
"relatedLots": [
"1"
]
}
]
}