Notice Information
Notice Title
Housing and Corporate Maintenance and Investment Services
Notice Description
North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, statutory compliance, servicing and inspection services, as well as programmes of works to the Authority's existing assets at scale, related to or ancillary to maintenance and legislative compliance services for housing assets (approximately 37,000 homes) and corporate assets (approximately 1,200 buildings) (the 'Property Portfolio').
Lot Information
Lot 1
The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, legislative compliance services, and works delivery, for Housing and Corporate assets (Core Services) and works delivery for the Authority's existing assets at scale, related to or ancillary to Core Services for Housing and Corporate assets (Core Projects & Programmes) for 8 years (plus up to 2 x 2-year extensions, totalling 4 years extension). The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute significant positive social impact to support the Authority in meeting and exceeding the Project objectives. The estimated contract value is 1.8bn GBP over the full contract term (including all extensions). This is based on the Authority's estimated future budgets. There is no guarantee of this level of business. Core Services to be provided will include inter alia delivery of housing maintenance services, corporate maintenance services for reactive maintenance and ad hoc requirements (Order Type A), statutory compliance, servicing and inspections (Order Type B). Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of kitchens, bathrooms, flooring, roofs, mechanical and electrical installations, heating installations, windows, doors, decoration works, drainage works, communal area works, tower block works (Order Type C) and other related works (Order Type D)). The Services will be delivered to the following asset types including but not limited to: Housing - housing for mid-market rent, housing for social rent, retirement housing, sheltered housing, special needs housing and housing in private ownership; Corporate - arts and culture facilities, care homes, cemeteries, community halls, depots, education facilities, energy infrastructure, industrial / commercial, libraries, museums, office and administrative facilities, other residential and social care housing, retail, serviced facilities, social care facilities, sports and leisure facilities, swimming pools, tourism facilities, town halls, wellbeing facilities, and workshop facilities.
Options: Please see section II.2.7 for extension options. The Property Portfolio by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Authority to remove, add, or change the buildings and structures of the Property Portfolio (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Authority and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the contract estimated at paragraph II.1.5 of this Contract Notice. The mechanism for changes was set out in the Procurement Documents.
Renewal: The Contract will be awarded for an initial term of 8 years thereafter the Authority will have the option to extend the term of the Contract for up to two periods of 2 years. Any period or periods of extension will be at the Authority's sole discretion.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000689448
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY506134
- 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 procedure with negotiation
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
09 - Petroleum products, fuel, electricity and other sources of energy
22 - Printed matter and related products
31 - Electrical machinery, apparatus, equipment and consumables; lighting
32 - Radio, television, communication, telecommunication and related equipment
35 - Security, fire-fighting, police and defence equipment
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)
71 - Architectural, construction, engineering and inspection services
90 - Sewage, refuse, cleaning and environmental services
98 - Other community, social and personal services
-
- CPV Codes
09330000 - Solar energy
22821000 - Electoral forms
31625000 - Burglar and fire alarms
32500000 - Telecommunications equipment and supplies
35121000 - Security equipment
39715000 - Water heaters and heating for buildings; plumbing equipment
42160000 - Boiler installations
44113910 - Winter-maintenance materials
44212000 - Structural products and parts except prefabricated buildings
44220000 - Builders' joinery
44230000 - Builders' carpentry
44480000 - Miscellaneous fire-protection equipment
44523000 - Hinges, mountings and fittings
44610000 - Tanks, reservoirs, containers and pressure vessels
44620000 - Central-heating radiators and boilers and parts
44900000 - Stone for construction, limestone, gypsum and slate
45000000 - Construction work
45111000 - Demolition, site preparation and clearance work
45211000 - Construction work for multi-dwelling buildings and individual houses
45212000 - Construction work for buildings relating to leisure, sports, culture, lodging and restaurants
45213000 - Construction work for commercial buildings, warehouses and industrial buildings, buildings relating to transport
45223000 - Structures construction work
45231000 - Construction work for pipelines, communication and power lines
45232141 - Heating works
45233161 - Footpath construction work
45260000 - Roof works and other special trade construction works
45261000 - Erection and related works of roof frames and coverings
45262000 - Special trade construction works other than roof works
45262660 - Asbestos-removal work
45300000 - Building installation work
45310000 - Electrical installation work
45312000 - Alarm system and antenna installation work
45313000 - Lift and escalator installation work
45320000 - Insulation work
45330000 - Plumbing and sanitary works
45331000 - Heating, ventilation and air-conditioning installation work
45340000 - Fencing, railing and safety equipment installation work
45343000 - Fire-prevention installation works
45350000 - Mechanical installations
45400000 - Building completion work
45410000 - Plastering work
45420000 - Joinery and carpentry installation work
45421000 - Joinery work
45430000 - Floor and wall covering work
45432000 - Floor-laying and covering, wall-covering and wall-papering work
45440000 - Painting and glazing work
45450000 - Other building completion work
48952000 - Public address systems
50000000 - Repair and maintenance services
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
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
71000000 - Architectural, construction, engineering and inspection services
71314000 - Energy and related services
71550000 - Blacksmith services
71620000 - Analysis services
71630000 - Technical inspection and testing services
71700000 - Monitoring and control services
71900000 - Laboratory services
90620000 - Snow-clearing services
90630000 - Ice-clearing services
90650000 - Asbestos removal services
90690000 - Graffiti removal services
90911000 - Accommodation, building and window cleaning services
98510000 - Services of commercial and industrial workers
Notice Value(s)
- Tender Value
- £1,800,000,000 £1B-£10B
- Lots Value
- £1,800,000,000 £1B-£10B
- Awards Value
- Not specified
- Contracts Value
- £1,800,000,000 £1B-£10B
Notice Dates
- Publication Date
- 28 May 20241 years ago
- Submission Deadline
- 22 Jul 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 22 May 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- The Authority currently envisages deciding whether to invoke the available options to extend the contract beyond the initial term of 8 years or to procure a new contract a minimum of twelve (12) months prior to the expiry of the initial contract term.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- corporateprocurement@northlan.gov.uk, enterpriseproject@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
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451836
Housing and Corporate Maintenance and Investment Services - North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, statutory compliance, servicing and inspection services, as well as programmes of works to the Authority's existing assets at scale, related to or ancillary to maintenance and legislative compliance services for housing assets (approximately 37,000 homes) and corporate assets (approximately 1,200 buildings) (the 'Property Portfolio'). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY506134
Housing and Corporate Maintenance and Investment Services - North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, statutory compliance, servicing and inspection services, as well as programmes of works to the Authority's existing assets at scale, related to or ancillary to maintenance and legislative compliance services for housing assets (approximately 37,000 homes) and corporate assets (approximately 1,200 buildings) (the 'Property Portfolio').
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-r6ebe6-0000689448-2024-05-28T00:00:00Z",
"date": "2024-05-28T00:00:00Z",
"ocid": "ocds-r6ebe6-0000689448",
"initiationType": "tender",
"parties": [
{
"id": "org-58",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "enterpriseproject@northlan.gov.uk",
"url": "https://www.publictendersscotland.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-40",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewContactPoint",
"mediationBody",
"reviewBody"
]
},
{
"id": "org-12",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "enterpriseproject@northlan.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-5",
"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",
"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-51",
"name": "Mears Ltd",
"identifier": {
"legalName": "Mears Ltd"
},
"address": {
"streetAddress": "1390 Montpellier court",
"locality": "gloucester",
"region": "UKK13",
"postalCode": "gl3 4ah"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-19",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-5"
},
"tender": {
"id": "NLC-SLP-22-003",
"title": "Housing and Corporate Maintenance and Investment Services",
"description": "North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, statutory compliance, servicing and inspection services, as well as programmes of works to the Authority's existing assets at scale, related to or ancillary to maintenance and legislative compliance services for housing assets (approximately 37,000 homes) and corporate assets (approximately 1,200 buildings) (the 'Property Portfolio').",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "09330000",
"scheme": "CPV"
},
{
"id": "22821000",
"scheme": "CPV"
},
{
"id": "31625000",
"scheme": "CPV"
},
{
"id": "32500000",
"scheme": "CPV"
},
{
"id": "35121000",
"scheme": "CPV"
},
{
"id": "39715000",
"scheme": "CPV"
},
{
"id": "42160000",
"scheme": "CPV"
},
{
"id": "44113910",
"scheme": "CPV"
},
{
"id": "44212000",
"scheme": "CPV"
},
{
"id": "44220000",
"scheme": "CPV"
},
{
"id": "44230000",
"scheme": "CPV"
},
{
"id": "44480000",
"scheme": "CPV"
},
{
"id": "44523000",
"scheme": "CPV"
},
{
"id": "44610000",
"scheme": "CPV"
},
{
"id": "44620000",
"scheme": "CPV"
},
{
"id": "44900000",
"scheme": "CPV"
},
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45111000",
"scheme": "CPV"
},
{
"id": "45211000",
"scheme": "CPV"
},
{
"id": "45212000",
"scheme": "CPV"
},
{
"id": "45213000",
"scheme": "CPV"
},
{
"id": "45223000",
"scheme": "CPV"
},
{
"id": "45231000",
"scheme": "CPV"
},
{
"id": "45232141",
"scheme": "CPV"
},
{
"id": "45233161",
"scheme": "CPV"
},
{
"id": "45260000",
"scheme": "CPV"
},
{
"id": "45261000",
"scheme": "CPV"
},
{
"id": "45262000",
"scheme": "CPV"
},
{
"id": "45262660",
"scheme": "CPV"
},
{
"id": "45300000",
"scheme": "CPV"
},
{
"id": "45310000",
"scheme": "CPV"
},
{
"id": "45312000",
"scheme": "CPV"
},
{
"id": "45313000",
"scheme": "CPV"
},
{
"id": "45320000",
"scheme": "CPV"
},
{
"id": "45330000",
"scheme": "CPV"
},
{
"id": "45331000",
"scheme": "CPV"
},
{
"id": "45340000",
"scheme": "CPV"
},
{
"id": "45343000",
"scheme": "CPV"
},
{
"id": "45350000",
"scheme": "CPV"
},
{
"id": "45400000",
"scheme": "CPV"
},
{
"id": "45410000",
"scheme": "CPV"
},
{
"id": "45420000",
"scheme": "CPV"
},
{
"id": "45421000",
"scheme": "CPV"
},
{
"id": "45430000",
"scheme": "CPV"
},
{
"id": "45432000",
"scheme": "CPV"
},
{
"id": "45440000",
"scheme": "CPV"
},
{
"id": "45450000",
"scheme": "CPV"
},
{
"id": "48952000",
"scheme": "CPV"
},
{
"id": "50000000",
"scheme": "CPV"
},
{
"id": "50413100",
"scheme": "CPV"
},
{
"id": "50413200",
"scheme": "CPV"
},
{
"id": "50430000",
"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": "51700000",
"scheme": "CPV"
},
{
"id": "71000000",
"scheme": "CPV"
},
{
"id": "71314000",
"scheme": "CPV"
},
{
"id": "71550000",
"scheme": "CPV"
},
{
"id": "71620000",
"scheme": "CPV"
},
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "71700000",
"scheme": "CPV"
},
{
"id": "71900000",
"scheme": "CPV"
},
{
"id": "90620000",
"scheme": "CPV"
},
{
"id": "90630000",
"scheme": "CPV"
},
{
"id": "90650000",
"scheme": "CPV"
},
{
"id": "90690000",
"scheme": "CPV"
},
{
"id": "90911000",
"scheme": "CPV"
},
{
"id": "98510000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Across the geographical boundaries of North Lanarkshire Council area."
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1800000000,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Competitive procedure with negotiation",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-07-22T12:00:00Z"
},
"documents": [
{
"id": "JUN451836",
"documentType": "contractNotice",
"title": "Housing and Corporate Maintenance and Investment Services",
"description": "North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, statutory compliance, servicing and inspection services, as well as programmes of works to the Authority's existing assets at scale, related to or ancillary to maintenance and legislative compliance services for housing assets (approximately 37,000 homes) and corporate assets (approximately 1,200 buildings) (the 'Property Portfolio').",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451836",
"format": "text/html"
},
{
"id": "MAY506134",
"documentType": "awardNotice",
"title": "Housing and Corporate Maintenance and Investment Services",
"description": "North Lanarkshire Council (the 'Authority') has an ambitious vision to re-invent North Lanarkshire as the place to Live, Learn, Work, Invest and Visit. Through the Enterprise Project (the 'Project') an ambitious programme of regeneration and infrastructure investment, the Authority aims to implement a vision that enables inclusive growth and prosperity that will significantly improve the quality of life and wellbeing of North Lanarkshire's communities. As part of the Project the Authority is seeking a Contractor to provide reactive maintenance, statutory compliance, servicing and inspection services, as well as programmes of works to the Authority's existing assets at scale, related to or ancillary to maintenance and legislative compliance services for housing assets (approximately 37,000 homes) and corporate assets (approximately 1,200 buildings) (the 'Property Portfolio').",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY506134",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Authority is proposing to establish a single Contract with a Contractor to provide the Services which shall include reactive maintenance, legislative compliance services, and works delivery, for Housing and Corporate assets (Core Services) and works delivery for the Authority's existing assets at scale, related to or ancillary to Core Services for Housing and Corporate assets (Core Projects & Programmes) for 8 years (plus up to 2 x 2-year extensions, totalling 4 years extension). The Contract is expected to drive efficiencies, bring innovation, deliver value for money and continuous improvement and contribute significant positive social impact to support the Authority in meeting and exceeding the Project objectives. The estimated contract value is 1.8bn GBP over the full contract term (including all extensions). This is based on the Authority's estimated future budgets. There is no guarantee of this level of business. Core Services to be provided will include inter alia delivery of housing maintenance services, corporate maintenance services for reactive maintenance and ad hoc requirements (Order Type A), statutory compliance, servicing and inspections (Order Type B). Core Projects & Programmes will include life cycle replacements of components of assets at scale (including but not limited to replacement of kitchens, bathrooms, flooring, roofs, mechanical and electrical installations, heating installations, windows, doors, decoration works, drainage works, communal area works, tower block works (Order Type C) and other related works (Order Type D)). The Services will be delivered to the following asset types including but not limited to: Housing - housing for mid-market rent, housing for social rent, retirement housing, sheltered housing, special needs housing and housing in private ownership; Corporate - arts and culture facilities, care homes, cemeteries, community halls, depots, education facilities, energy infrastructure, industrial / commercial, libraries, museums, office and administrative facilities, other residential and social care housing, retail, serviced facilities, social care facilities, sports and leisure facilities, swimming pools, tourism facilities, town halls, wellbeing facilities, and workshop facilities.",
"status": "complete",
"value": {
"amount": 1800000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"options": {
"description": "Please see section II.2.7 for extension options. The Property Portfolio by its very nature will be subject to change. There may be a need over the term of the proposed contract to allow the Authority to remove, add, or change the buildings and structures of the Property Portfolio (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Authority and other organisations eligible to use the Contract) and to vary the Contract accordingly including the overall value of the contract estimated at paragraph II.1.5 of this Contract Notice. The mechanism for changes was set out in the Procurement Documents."
},
"hasOptions": true,
"secondStage": {
"minimumCandidates": 3,
"maximumCandidates": 3
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 4320
},
"hasRenewal": true,
"renewal": {
"description": "The Contract will be awarded for an initial term of 8 years thereafter the Authority will have the option to extend the term of the Contract for up to two periods of 2 years. Any period or periods of extension will be at the Authority's sole discretion."
}
}
],
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Where Bidders are bidding as part of a group (e.g. a consortium), the Authority 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 Contractor). Furthermore, where a Candidate relies upon the capacities of other entities with regard to criteria relating to economic and financial standing, the Authority reserves the right to require that the Candidate and those entities to be jointly and severally liable."
},
"coveredBy": [
"GPA"
],
"secondStage": {
"invitationDate": "2022-08-29T00:00:00Z"
},
"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 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 9 as the Authority will independently carry out a credit check for Test 9. Financial tests will be applied on the most recent audited accounts; and (b) in response to Question Ref 4B.5.1 and 4B.5.2 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 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) 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 1-8 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 Authority shall seek 'joint and several' guarantees from the major shareholders of the JVC or SPV. The Authority 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 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 = 25000000 GBP any one occurrence Products Liability Insurance = 25000000 GBP any one occurrence and in the aggregate Professional Indemnity Insurance = 10000000 GBP any one claim and in the aggregate (the Authority reserves the right to increase the limit of indemnity for specific projects (each and every claim). Employers Liability Insurance = 10000000 GBP any one occurrence The Contractor will also be required to provide any other additional types and levels of insurance that may be required for individual projects. In responding to 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 (Question Ref. 4B.4) The financial information received under Question Ref 4B.4, ratios 1-8 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 Ratio Test 2: Operating Margin Test 3: Net Debt to EBITDA Ratio Test 4: Net Debt and Net Pension Deficit to EBITDA Ratio Test 5: Net Interest Paid Cover Test 6: Acid Ratio Test 7: Net Asset Value Test 8: Group Exposure Ratio The Authority will independently carry out a credit check for Test 9. Test 9: Credit check ratings. In relation to Test 9, Candidates will be assessed against their Dun & Bradstreet (D&B) rating, specifically their Risk Indicator Score. As outlined in the ITC (Appendix 3), 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 3). 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 Authority will assess the mitigating evidence that must be provided as part of the Candidates SPD submission or as requested by the Authority."
},
{
"type": "technical",
"description": "These questions shall be answered by 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 - 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. This question is divided into four (4) separate questions listed below. 4C.1.2 Question 1 shall be assessed on a PASS or FAIL basis. Candidates who obtain a FAIL in their response shall not be considered further in this Procurement. Questions 2 - 4 carry an overall weighting of 100%. Candidates are required to provide a response to each of the questions and must achieve an overall combined minimum (unweighted) score of ten (10) for questions 2.1 to 2.5 and six (6) for questions 3.1 to 3.3. 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 Procurement. Question 1 - Capacity (Pass/Fail) Question 2 - Management capability (45%) Question 3 - Implementation capability (35%) Question 4 - Social/economic/environmental (20%) Candidates refer to Table 17 of the ITC (Appendix 4) for an overview of the technical and professional ability questions and weightings. Candidates refer to Tables 18 - 21 of the ITC (Appendix 4) for full definitions of the marking scheme. Question 4C.2 - Candidates shall be required to insert suitable responses to demonstrate that they can call upon the technicians or technical bodies to ensure the quality of work. Candidates should specify their recognised licences and registrations. Candidates are required to confirm their compliance and be able to provide the appropriate certification. Question 4C.4 - Candidates shall be required to provide a statement of the relevant supply chain management and/or tracking systems used to ensure a resilient and sustainable supply chain. Candidates are required to confirm their compliance and be able to provide the appropriate documentation. Question 4C.7 - Candidates shall be required to provide details of the environmental management measures which the Bidder will be able to use when performing the contract. Candidates are required to complete the Climate Change Plan Template, detailed in 4C.7. Questions 4C.8.1, 4C.8.2 and 4C.9 - Candidates shall be required to provide details of the average annual manpower, managerial staff and relevant tools, plant or technical equipment available to you. Candidates are required to complete Response Documents detailed in Questions 4C.8.1, 4C.8.2 and 4C.9. Question 4C.10 - Candidates shall be required to provide details of the subcontractors they will use to deliver the Services and are required to complete the Response Document detailed in 4C.10 if they intend to subcontract delivery of any of the Services. 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. Candidates are required to confirm their compliance and be able to provide the appropriate certification. The responses to Questions 4C.2, 4C.4, 4C.7, 4C.8.1, 4C.8.2, 4C.9, 4D.1 and 4D.2 shall each be assessed on a PASS or FAIL basis. Candidates who obtain a FAIL in any of their responses shall not be considered further in this Procurement. Question 4C.10 is for information only.",
"minimum": "Please refer to the ITC (Appendices 2 and 4). 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": "50000000",
"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 Authority 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 Authority currently envisages deciding whether to invoke the available options to extend the contract beyond the initial term of 8 years or to procure a new contract a minimum of twelve (12) months prior to the expiry of the initial contract term."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-9",
"description": "In response to a request to extension the SPD Submission Deadline, the Council considers that 30 days is sufficient time for organisations to respond at SPD stage. Notwithstanding a 3 week extension will be provided. The revised SPD Submission Deadline will be 12 August 2022. The revised SPD Clarification Deadline will be 01 August 2022.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2022-07-22T12:00:00Z"
},
"newValue": {
"date": "2022-08-12T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2022-08-29T00:00:00Z"
},
"newValue": {
"date": "2022-09-30T00:00:00Z"
},
"where": {
"section": "IV.2.3",
"label": "Estimated date of dispatch of invitations"
}
}
]
}
]
},
"language": "EN",
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2022/S 022-190994"
}
],
"description": "(SC Ref:766062)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000689448"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000689448"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000689448"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NLC-SLP-22-003",
"suppliers": [
{
"id": "org-51",
"name": "Mears Ltd"
}
],
"relatedLots": [
"1"
],
"hasSubcontracting": true
}
],
"contracts": [
{
"id": "NLC-SLP-22-003",
"awardID": "NLC-SLP-22-003",
"status": "active",
"value": {
"amount": 1800000000,
"currency": "GBP"
},
"dateSigned": "2024-05-22T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "130",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "131",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "132",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "133",
"measure": "foreignBidsFromNonEU",
"value": 1,
"relatedLot": "1"
},
{
"id": "134",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}