Tender

Lift Replacement and Associated Works in 3 No. Tower Blocks, North Lanarkshire; Phase 3

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

27 Jan 2022 at 00:00

Summary of the contracting process

North Lanarkshire Council is seeking tenders for the "Lift Replacement and Associated Works in 3 No. Tower Blocks, North Lanarkshire; Phase 3". This contract, valued at £1,420,000, aims to design and install new lifts in various domestic tower blocks within North Lanarkshire and is currently in the tender stage. The tender period concludes on 24 February 2022, with bid openings taking place on the same day. Interested parties must submit their proposals electronically at the provided link.

This tender presents significant opportunities for contractors specialising in lift installation, building works, and associated electrical services. Businesses experienced in complex renovation projects, particularly those with expertise in compliance with safety and quality standards, will be well-positioned to compete. Firms that can demonstrate a commitment to community benefits as part of their tender submission will also enhance their chances of success, as such commitments may form contractual obligations if awarded the contract.

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

Lift Replacement and Associated Works in 3 No. Tower Blocks, North Lanarkshire; Phase 3

Notice Description

North Lanarkshire Council wishes to establish a contract for the design and installation of new lifts and all associated works in 3Nr domestic tower blocks. The blocks and lifts are; -Section 1 Burnside Tower: odd lift -Section 3 Burnside Tower: even lift -Section 2 Doonside Tower: odd lift -Section 4 Doonside Tower: even lift -Section 5 Glassford Tower: odd lift -Section 6 Glassford Tower: even lift

Lot Information

Lot 1

The outline scope of works generally includes, but is not limited to; -The works will consist of the complete removal and subsequent renewal of the existing lifts and all associated works contained within Specification of Works -There is an option to retain and overhaul the car guides, counterweight, car sling and safety gear, in accordance with the specification. This is subject to the equipment being in a good serviceable condition with no visible defects and the retention not affecting the overall CE certification of the unit on completion. No other components will be retained. -The design, supply, installation and testing of new installations fully conforming and certified to EN81-21 lifts in accordance with the enclosed specification. -All equipment used must be in accordance with the specification and must remain consistent across all blocks. -Undertake all associated building works, alterations and making good in connection with the removal of the existing units and installation of the new lifts. -Undertake all associated electrical works and alterations in connection with the removal of the existing units and installation of the new lifts. Liaising and managing residents within domestic properties during installation works. -Provision of design calculations and drawings for checking prior to construction by the EA. -Provision of working / installation drawings. -Provision of record documents and as-fitted drawings. -Provision of training for the Clients maintenance staff and SFRS. -All works must comply with current Water Byelaws and Building Regulations.. Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT 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. DEADLINE FOR QUESTIONS IS 17:00 on 17/02/2022

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000676034
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN438844
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

45 - Construction work


CPV Codes

45313000 - Lift and escalator installation work

45313100 - Lift installation work

Notice Value(s)

Tender Value
£1,420,000 £1M-£10M
Lots Value
£1,420,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
27 Jan 20224 years ago
Submission Deadline
24 Feb 2022Expired
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

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
John Cameron
Contact Email
contractstrategy@northlan.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Motherwell South East and Ravenscraig
Westminster Constituency
Motherwell, Wishaw and Carluke

Further Information

Notice Documents

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-r6ebe6-0000676034-2022-01-27T00:00:00Z",
    "date": "2022-01-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000676034",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-45",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "John Cameron",
                "email": "contractstrategy@northlan.gov.uk",
                "url": "http://publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Business Consultancy - Local SME Development",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-46",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://www.northlanarkshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-45"
    },
    "tender": {
        "id": "HO TB 21 068 (NLC-CPT-21-116)",
        "title": "Lift Replacement and Associated Works in 3 No. Tower Blocks, North Lanarkshire; Phase 3",
        "description": "North Lanarkshire Council wishes to establish a contract for the design and installation of new lifts and all associated works in 3Nr domestic tower blocks. The blocks and lifts are; -Section 1 Burnside Tower: odd lift -Section 3 Burnside Tower: even lift -Section 2 Doonside Tower: odd lift -Section 4 Doonside Tower: even lift -Section 5 Glassford Tower: odd lift -Section 6 Glassford Tower: even lift",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45313000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45313100",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1420000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-02-24T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-02-24T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN438844",
                "documentType": "contractNotice",
                "title": "Lift Replacement and Associated Works in 3 No. Tower Blocks, North Lanarkshire; Phase 3",
                "description": "North Lanarkshire Council wishes to establish a contract for the design and installation of new lifts and all associated works in 3Nr domestic tower blocks. The blocks and lifts are; -Section 1 Burnside Tower: odd lift -Section 3 Burnside Tower: even lift -Section 2 Doonside Tower: odd lift -Section 4 Doonside Tower: even lift -Section 5 Glassford Tower: odd lift -Section 6 Glassford Tower: even lift",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN438844",
                "format": "text/html"
            },
            {
                "id": "JAN438844-1",
                "title": "HOTB21068 - ITT and associated documents",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN438844&idx=1",
                "datePublished": "2022-01-27T12:28:54Z",
                "dateModified": "2022-01-27T12:28:54Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "JAN438844-2",
                "title": "Section 10 - SPD (Scotland)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN438844&idx=2",
                "datePublished": "2022-02-16T13:45:29Z",
                "dateModified": "2022-02-16T16:49:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN438844-3",
                "title": "Section 10 - SPD (Scotland)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN438844&idx=3",
                "datePublished": "2022-02-16T16:49:05Z",
                "dateModified": "2022-02-16T16:49:05Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN438844-4",
                "title": "ITT RevB which replaces only ITT RevA in the zip file \"ITT and associated documents\"",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN438844&idx=4",
                "datePublished": "2022-02-18T11:47:53Z",
                "dateModified": "2022-02-18T11:47:53Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JAN438844-5",
                "title": "Note re. Amendment J within ITT and Contract Notice V1.3",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JAN438844&idx=5",
                "datePublished": "2022-02-18T11:50:41Z",
                "dateModified": "2022-02-18T11:50:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The outline scope of works generally includes, but is not limited to; -The works will consist of the complete removal and subsequent renewal of the existing lifts and all associated works contained within Specification of Works -There is an option to retain and overhaul the car guides, counterweight, car sling and safety gear, in accordance with the specification. This is subject to the equipment being in a good serviceable condition with no visible defects and the retention not affecting the overall CE certification of the unit on completion. No other components will be retained. -The design, supply, installation and testing of new installations fully conforming and certified to EN81-21 lifts in accordance with the enclosed specification. -All equipment used must be in accordance with the specification and must remain consistent across all blocks. -Undertake all associated building works, alterations and making good in connection with the removal of the existing units and installation of the new lifts. -Undertake all associated electrical works and alterations in connection with the removal of the existing units and installation of the new lifts. Liaising and managing residents within domestic properties during installation works. -Provision of design calculations and drawings for checking prior to construction by the EA. -Provision of working / installation drawings. -Provision of record documents and as-fitted drawings. -Provision of training for the Clients maintenance staff and SFRS. -All works must comply with current Water Byelaws and Building Regulations.. Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT 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. DEADLINE FOR QUESTIONS IS 17:00 on 17/02/2022",
                "status": "active",
                "value": {
                    "amount": 1420000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 660
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2022-02-24T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPDS Selection Criteria, Part IV Section A: Suitability, 4A.1 4A.1 - Bidders 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). Bidders 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. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A, will be assessed as a FAIL and will be excluded from the competition."
                },
                {
                    "type": "economic",
                    "description": "SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing, 4B.4, 4B.5.1b and 4B.5.2",
                    "minimum": "4B.4 - Bidders will be required to meet the undernoted Current Ratio minimum requirements. Acid Test Ratio The acceptable range for the Acid Test Ratio is: Minimum value required: a value of greater than or equal to 1.00 to 2 decimal places. The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places. Bidders will be required to provide their audited financial accounts for the previous year in order that the Council may confirm this ratio. 4B.5.1a - Bidders 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 in the aggregate amount for any one period of insurance. 4B.5.1b - Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover: 1) Employer's Liability Insurance: 10,000,000 GBP for each and every claim http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim 2) Product Liability Insurance: 10,000,000 GBP in the aggregate Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender submission: 1) an SPDS 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, including the available extension periods."
                },
                {
                    "type": "technical",
                    "description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability, 4C.1, 4C.6, 4C.10 and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards, 4D.1, 4D.2. 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 and 4D.2 are set out in full in the SPDS and SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal. Due to character limitations in the section below \"Minimum level(s) of standards required\", the section is started here and carried on below. 4C.1- 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 Contract Notice or the relevant section of the Site Notice. Question 4C.1 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. You are required to provide 3 examples, at least one example shall be completed through final defects. Your examples should be in line with the value, scope, size and complexity of these services. Your response should address however, not be limited to, the following: -Delivery on time/project over runs and mitigating actions; -KPI's agreed and actualised/delivered; -Project management; and -Risk and mitigating actions for the project Bidders will be required to achieve an average minimum score of 50 for this question. An average minimum score of less than 50 will be assessed as a FAIL and will be excluded from the competition. 4C.6 - Bidders will be required to confirm that they and/or the service provider have all of the following relevant educational 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 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: Level 3 NVQ Diploma in Engineering Maintenance (QCF) following an appropriate pathway in Servicing (EMG) and/or Repair (EMH); or 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: Level 3 NVQ in Engineering Maintenance with appropriate endorsement for Lift Servicing or Lift Repair; Level 3 NVQ in Installation and Commissioning with appropriate endorsement for Traction Lift Installation or Hydraulic Lift Installation; 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) cont. below",
                    "minimum": "Minimum Training Requirements 4C.6 cont. from above 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. Where the Contractor intends to use a sub-contract test engineer, they must not be associated with any sub-contractor undertaking the installation works. Self-testing of installations will not be allowed under any circumstances. 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4C. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4C will be assessed as a FAIL and will be excluded from the competition. 4D.1 - 1. The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 2, a-g. 3. The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 4. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 4, a-m. 4D.2 - 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.2 point 2, a-g. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "45313100",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "Guarantee Performance Bond The Contractor will be required to put in place a performance bond for a value of 10% of the agreed contract sum. The Contractor is to include within the preliminaries for the cost of the bond and is to state this cost in the appropriate section of the Form of Tender for the Employer's information. The performance bond template is included in the tender documents. Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition. The complete ITT, 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 ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 \"Checklist of Required Documents\" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant. Quality Questions - Minimum Score - If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant. Declaration of Non-involvement in Serious Organised Crime - In the case of any criminal history checks, the Council may exclude Bidders where the information provided to the Council by the Police Service of Scotland does not validate fully the information provided by the Bidder. Failure to disclose information that is relevant to this section or serious misrepresentation in relation to the information disclosed will result in exclusion from the Procurement or the termination of any subsequent contract that may be/has been awarded. 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=676034. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: North Lanarkshire 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 the ITT documents for this procurement exercise. Bidders 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:676034)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000676034"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}