Tender

Measured Term Contract for Water Quality Assessment and Lead Mains Replacement 2022-2024 (Lots 1 and 2)

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

02 Feb 2022 at 00:00

Summary of the contracting process

North Lanarkshire Council is currently seeking tenders for the "Measured Term Contract for Water Quality Assessment and Lead Mains Replacement 2022-2024" (Lots 1 and 2), aimed at addressing water quality issues in the region. Located in Motherwell, Scotland, the project falls under the public services industry category with a total value of approximately £1,999,999.98. The procurement is at the tender stage, with submissions due by 12:00 on 4th March 2022. This open procurement will involve works conducted across domestic properties within the boundaries of North Lanarkshire.

This contract presents significant opportunities for businesses involved in plumbing, construction, and environmental assessment services, particularly those equipped to handle residential projects. Companies capable of managing both the technical requirements for lead mains replacement and the necessary water quality assessments are well-positioned to compete. The contract also stresses community benefits, enhancing the potential for businesses to demonstrate their commitment to local engagement and sustainable practices. Interested firms should prepare to showcase their operational capacity and experience in similar projects to be considered for this lucrative opportunity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Measured Term Contract for Water Quality Assessment and Lead Mains Replacement 2022-2024 (Lots 1 and 2)

Notice Description

The requirement is being issued as two lots. Lot 1 is for the replacement of existing lead water mains with polyethylene pipe from the connection at the boundary with Scottish Water owned pipework to the existing copper pipework connection point within each property. Lot 2 is for Water Quality Assessment by means of sampling and laboratory analysis and reporting. All Works will be carried out to domestic properties within the boundaries of North Lanarkshire. Where works are required within properties, these will be occupied in most cases.

Lot Information

MTC for Water Quality Assessment and Lead Mains Replacement 2022-2024 - Lot 2

There is a requirement for water quality assessment, by means of sampling and laboratory analysis and reporting, at various locations throughout North Lanarkshire. The Works include, but are not limited to: 1. Obtaining water samples from individual domestic properties, analysing lead content and reporting to the Contract Administrator; 2. Obtaining water samples from new water mains (installed by others), analysing lead content and reporting to the Contract Administrator; 3. Obtaining water samples from individual properties (upon completion of replacement works by others), analysing lead content and reporting findings to the Contract Administrator; 4. Notifying and liaising with tenants as described in Preliminaries clause A35/135; and 5. Liaising and amending the programme where necessary to suit tenants' and End Users' reasonable requests within the Contract Period. All in accordance with the Specification and within (mainly) occupied domestic properties.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder'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.

Renewal: Initial contract will be 12 months with the option to extend up to 12 months thereafter (each such extension period or periods being no less than 3 months, provided that the maximum extension in aggregate will be a period of 12 months from the expiry of the initial contract period).

MTC for Water Quality Assessment and Lead Mains Replacement 2022-2024 - Lot 1

There is a requirement for the replacement of existing lead water mains with polyethylene pipe from the connection at the boundary with Scottish Water owned pipework to the existing copper pipework connection point within each property, at various locations throughout North Lanarkshire. The Works include, but are not limited to: 1. Pre-installation surveys; 2. Liaison with Scottish Water, obtaining permits and all other Statutory Consents (including payment of fees); 3. The replacement of existing lead water mains with polyethylene pipe to reduce the lead content in drinking water in domestic dwellings; 4. Connection at boundary with Scottish Water owned pipework; 5. Connection at dwelling to existing internal copper pipe, including renewal of stopcocks where required. (This work requires access to properties); 6. Inspecting earthing arrangement for each dwelling. Test ZE value and record and present report of findings to the Contract Administrator; 7. Soft landscaping (in repairs); 8. Obtaining water samples from individual properties upon completion of the works, analysing lead content and reporting findings to the Contract Administrator; 9. Notifying and liaising with tenants as described in Preliminaries clause A35/135; and 10. Liaising and amending the programme where necessary to suit tenants' and End Users' reasonable requests within the Contract Period. All in accordance with the Specification and within (mainly) occupied domestic properties.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder'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.

Renewal: Initial contract will be 12 months with the option to extend up to 12 months thereafter (each such extension period or periods being no less than 3 months, provided that the maximum extension in aggregate will be a period of 12 months from the expiry of the initial contract period).

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000680349
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB439480
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

71 - Architectural, construction, engineering and inspection services


CPV Codes

45232151 - Water-main refurbishment construction work

71621000 - Technical analysis or consultancy services

Notice Value(s)

Tender Value
£1,999,999 £1M-£10M
Lots Value
£1,999,999 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
2 Feb 20224 years ago
Submission Deadline
4 Mar 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
2nd quarter 2024

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

Buyer Location

Locality
MOTHERWELL
Postcode
N/A
Post Town
Not specified
Country
Not specified

Major Region (ITL 1)
Not specified
Basic Region (ITL 2)
Not specified
Small Region (ITL 3)
Not specified
Delivery Location
TLM84 North Lanarkshire

Local Authority
Not specified
Electoral Ward
Not specified
Westminster Constituency
Not specified

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-r6ebe6-0000680349-2022-02-02T00:00:00Z",
    "date": "2022-02-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000680349",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-55",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "locality": "Motherwell"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody",
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ]
            }
        },
        {
            "id": "org-170",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-55"
    },
    "tender": {
        "id": "HO MS 21 049 / NLC-CPT-21-112",
        "title": "Measured Term Contract for Water Quality Assessment and Lead Mains Replacement 2022-2024 (Lots 1 and 2)",
        "description": "The requirement is being issued as two lots. Lot 1 is for the replacement of existing lead water mains with polyethylene pipe from the connection at the boundary with Scottish Water owned pipework to the existing copper pipework connection point within each property. Lot 2 is for Water Quality Assessment by means of sampling and laboratory analysis and reporting. All Works will be carried out to domestic properties within the boundaries of North Lanarkshire. Where works are required within properties, these will be occupied in most cases.",
        "status": "active",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "71621000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "45232151",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire Council area."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1999999.98,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-03-04T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-03-04T12:00:00Z"
        },
        "documents": [
            {
                "id": "FEB439480",
                "documentType": "contractNotice",
                "title": "Measured Term Contract for Water Quality Assessment and Lead Mains Replacement 2022-2024 (Lots 1 and 2)",
                "description": "The requirement is being issued as two lots. Lot 1 is for the replacement of existing lead water mains with polyethylene pipe from the connection at the boundary with Scottish Water owned pipework to the existing copper pipework connection point within each property. Lot 2 is for Water Quality Assessment by means of sampling and laboratory analysis and reporting. All Works will be carried out to domestic properties within the boundaries of North Lanarkshire. Where works are required within properties, these will be occupied in most cases.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB439480",
                "format": "text/html"
            },
            {
                "id": "FEB439480-1",
                "title": "HOMS21049 - ITT",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=1",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-18T12:02:42Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB439480-2",
                "title": "HOMS21049 - Balanced Scorecard",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=2",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB439480-3",
                "title": "HOMS21049 - PCI",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=3",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB439480-4",
                "title": "HOMS21049 - Lot 1 - CB Tracker",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=4",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB439480-5",
                "title": "HOMS21049 - Lot 1 - CB Tracker Example",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=5",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB439480-6",
                "title": "HOMS21049 - Lot 2 - CB Tracker",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=6",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB439480-7",
                "title": "HOMS21049 - Lot 2 - CB Example Tracker",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=7",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB439480-8",
                "title": "HOMS21049 - Lot 1 - Specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=8",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/msword"
            },
            {
                "id": "FEB439480-9",
                "title": "HOMS21049 - Lot 2 - Specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=9",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/msword"
            },
            {
                "id": "FEB439480-10",
                "title": "HOMS21049 - Lot 1 - Schedule of Rates",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=10",
                "datePublished": "2022-02-02T15:07:00Z",
                "dateModified": "2022-02-02T15:07:00Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB439480-11",
                "title": "HOMS21049 - Lot 2 - Schedule of Rates",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=11",
                "datePublished": "2022-02-02T15:07:01Z",
                "dateModified": "2022-02-02T15:07:01Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "FEB439480-12",
                "title": "HOMS21049 - SPDS",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=12",
                "datePublished": "2022-02-02T15:07:01Z",
                "dateModified": "2022-02-02T15:07:01Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB439480-13",
                "title": "ITT (HOMS21049) RevA Tender Issue Appendix J replaced from V1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=13",
                "datePublished": "2022-02-18T12:02:42Z",
                "dateModified": "2022-02-18T12:02:42Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB439480-14",
                "title": "Note re. Amendment J within ITT and Contract Notice V1.3",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=14",
                "datePublished": "2022-02-18T12:05:11Z",
                "dateModified": "2022-02-21T10:57:39Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "FEB439480-15",
                "title": "Previous amendment advised ITT RevB replaced ITT RevA, it should have read ITT RevA replaced ITT v1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=FEB439480&idx=15",
                "datePublished": "2022-02-21T10:57:39Z",
                "dateModified": "2022-02-21T10:57:39Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "MTC for Water Quality Assessment and Lead Mains Replacement 2022-2024 - Lot 2",
                "description": "There is a requirement for water quality assessment, by means of sampling and laboratory analysis and reporting, at various locations throughout North Lanarkshire. The Works include, but are not limited to: 1. Obtaining water samples from individual domestic properties, analysing lead content and reporting to the Contract Administrator; 2. Obtaining water samples from new water mains (installed by others), analysing lead content and reporting to the Contract Administrator; 3. Obtaining water samples from individual properties (upon completion of replacement works by others), analysing lead content and reporting findings to the Contract Administrator; 4. Notifying and liaising with tenants as described in Preliminaries clause A35/135; and 5. Liaising and amending the programme where necessary to suit tenants' and End Users' reasonable requests within the Contract Period. All in accordance with the Specification and within (mainly) occupied domestic properties.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder'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": 100000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract will be 12 months with the option to extend up to 12 months thereafter (each such extension period or periods being no less than 3 months, provided that the maximum extension in aggregate will be a period of 12 months from the expiry of the initial contract period)."
                }
            },
            {
                "id": "1",
                "title": "MTC for Water Quality Assessment and Lead Mains Replacement 2022-2024 - Lot 1",
                "description": "There is a requirement for the replacement of existing lead water mains with polyethylene pipe from the connection at the boundary with Scottish Water owned pipework to the existing copper pipework connection point within each property, at various locations throughout North Lanarkshire. The Works include, but are not limited to: 1. Pre-installation surveys; 2. Liaison with Scottish Water, obtaining permits and all other Statutory Consents (including payment of fees); 3. The replacement of existing lead water mains with polyethylene pipe to reduce the lead content in drinking water in domestic dwellings; 4. Connection at boundary with Scottish Water owned pipework; 5. Connection at dwelling to existing internal copper pipe, including renewal of stopcocks where required. (This work requires access to properties); 6. Inspecting earthing arrangement for each dwelling. Test ZE value and record and present report of findings to the Contract Administrator; 7. Soft landscaping (in repairs); 8. Obtaining water samples from individual properties upon completion of the works, analysing lead content and reporting findings to the Contract Administrator; 9. Notifying and liaising with tenants as described in Preliminaries clause A35/135; and 10. Liaising and amending the programme where necessary to suit tenants' and End Users' reasonable requests within the Contract Period. All in accordance with the Specification and within (mainly) occupied domestic properties.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder'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": 1899999.98,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract will be 12 months with the option to extend up to 12 months thereafter (each such extension period or periods being no less than 3 months, provided that the maximum extension in aggregate will be a period of 12 months from the expiry of the initial contract period)."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647,
            "maximumLotsAwardedPerSupplier": 1
        },
        "bidOpening": {
            "date": "2022-03-04T12:00:00Z"
        },
        "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 its country of 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.5.1b - 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) Employer's Compulsory) Liability Insurance: 10,000,000 GBP each and very 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, and 3) Professional Indemnity Insurance: 5,000,000 GBP each and every claim 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.10, and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards, 4D.1, 4D.2.",
                    "minimum": "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. Minimum level(s) of standards required: 4C.1- Bidders 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 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 within the last 5 years, at least one within the last 3 years, and at least one example shall be completed through final defects. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. Your response should address, however not be limited to, the following: -Constraints and challenges of carrying out water quality sampling and lead mains replacement works (as appropriate) in various occupied properties over a wide geographical area; -Delivery on time/project over runs and mitigating actions; -KPI's agreed and actualised / delivered; -Project management; -Risk and mitigating actions for the project; and -Community and stakeholder engagement and how public/ occupier interfaces were managed during 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.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 - Quality Management Procedures 1. Bidders must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. Bidders must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 2, a-g. 3. Bidders 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. Bidders must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 4, a-m. 4D.2 - 1. Bidders 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. Bidders 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": "45232151",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2nd quarter 2024"
        }
    },
    "language": "EN",
    "description": "The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information. Bidders must ensure that they submit appropriate SPDS 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 SPDS. 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 Bidder to do so). If the signatory is not the Bidder then the Bidder 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=680349. 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 indicated 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:680349)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000680349"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}