Tender

Retrofit of Sprinklers and Associated Works - Phase 3 - 4 No Tower Blocks, North Lanarkshire (HO TB 22 027 / NLC-SLP-22-009)

NORTH LANARKSHIRE COUNCIL

This public procurement record has 1 release in its history.

Tender

29 Apr 2022 at 00:00

Summary of the contracting process

The procurement process is being conducted by North Lanarkshire Council for the project titled "Retrofit of Sprinklers and Associated Works – Phase 3 – 4 No Tower Blocks, North Lanarkshire." This project falls under the works industry category and is located in Motherwell, with a budget of £2,300,000. The procurement is currently in the Tender stage, with submissions due by 13 June 2022. The tender aims to design, supply, install, test, and commission new sprinkler systems in four residential tower blocks: Avon, Calder, Clyde, and Elvan Towers.

This tender presents significant opportunities for businesses involved in construction, fire safety systems, and related engineering services. Companies that specialise in the installation of sprinkler systems, structural engineering, and compliant construction practices are encouraged to participate. Furthermore, suppliers that can demonstrate relevant experience and meet specific insurance and financial criteria will be well-suited to compete for this contract. Engaging with this contract could not only expand their market presence but also contribute to community benefit initiatives as indicated by the council's procurement policies.

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

Retrofit of Sprinklers and Associated Works - Phase 3 - 4 No Tower Blocks, North Lanarkshire (HO TB 22 027 / NLC-SLP-22-009)

Notice Description

North Lanarkshire Council wishes to establish a contract for the design, supply, installation, testing and commissioning of new sprinkler systems and all associated works in 4Nr domestic tower blocks located in North Lanarkshire.

Lot Information

Lot 1

The full outline scope of works is within the attached ITT. The works includes, but is not limited to; -The design, supply, installation, testing and commissioning of the sprinkler/smoke clearance systems and associated building services including any necessary works to existing systems and alterations. -Structural investigations and structural supporting works in relation to installation of externally located water tank to supply the sprinkler system, indicative external tank locations are noted on the drawings included within the tender pack. Associated services surveys must be undertaken to determine the least disruptive route connecting the external tank to the internal pumps and also in connection with the design/placing of the external tank. Services surveys and associated external tank location/design must be issued to the Employers Agent for approval. Indicative external tank locations are provided within the ITT drawings pack, taking into consideration the indicative location of pumps which are to be installed within the existing internal space within the block. External tanks must be securely enclosed to ensure they are tamper/vandal proof. For clarity, the intention is not to provide a traditional construction brick built external tank room, but an alternative to this which offers security and through visibility, such as a Paladin style full height fence. Position of tank must take into account residents properties and windows to ensure that it will not restrict view/block light. Design and allowance for connecting the external tank to the internal pumps must be made. -Undertake Ferro scanning to walls and floor slabs prior to undertaking coring activities to determine the location of existing reinforcement, services and conduits and to ensure that structural reinforcement and integrity is not compromised by coring activities. On completion of the ferro scanning a report is to be provided by the Contractor to the Employers Agent detailing the locations of existing reinforcement, services and conduits. In the event the contractor disturbs any existing reinforcement during coring activities these must be reported to the Employers Agent and reviewed by the Contractors structural engineer to confirm that there is no impact to the Structural Integrity of the floor slab. -Provision of Structural Engineer Registration (SER) certificate per block to cover all cores throughout the building. -Provision of design calculations and drawings for checking prior to construction by the Employer's Agent (EA). -Provision of working / installation drawings. -Provision of record documents and as-fitted drawings. -Provision of training for the Authority's (Employer's) maintenance staff and the Scottish Fire and Rescue Service (SFRS). -All works must comply with current Water Byelaws and Building Regulations. -All works shall comply with the relevant British Standards and associated Scottish Building Standards. -All equipment used is Contractor's choice, however any specification proposed shall remain consistent across all blocks and must fully comply with the performance specification and ITT requirements. -Contractor or sub-contractor undertaking the works must be a UKAS Third Party Accredited Sprinkler Installer. -Contractor is to supply a Fire Strategy document from a 3rd party qualified company/fire engineer (accreditation either by the Institute of Fire Engineers or something similar) for the Council by no later than 8 weeks from the Date of Contract Award in electronic format.. Please note: Contract Duration is 47 Weeks 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. DEADLINE FOR QUESTIONS IS 12 NOON 06/06/2022

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000691418
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR447156
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

31 - Electrical machinery, apparatus, equipment and consumables; lighting

35 - Security, fire-fighting, police and defence equipment

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work


CPV Codes

31625100 - Fire-detection systems

35111500 - Fire suppression system

44115500 - Sprinkler systems

44482000 - Fire-protection devices

45000000 - Construction work

45210000 - Building construction work

45262660 - Asbestos-removal work

45311000 - Electrical wiring and fitting work

45343000 - Fire-prevention installation works

45343230 - Sprinkler systems installation work

Notice Value(s)

Tender Value
£2,300,000 £1M-£10M
Lots Value
£2,300,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Apr 20223 years ago
Submission Deadline
13 Jun 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
Karen Gorman
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-r6ebe6-0000691418-2022-04-29T00:00:00Z",
    "date": "2022-04-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000691418",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-20",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Karen Gorman",
                "email": "contractstrategy@northlan.gov.uk",
                "url": "http://www.publiccontractscotland.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-21",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-20"
    },
    "tender": {
        "id": "ocds-r6ebe6-0000691418",
        "title": "Retrofit of Sprinklers and Associated Works - Phase 3 - 4 No Tower Blocks, North Lanarkshire (HO TB 22 027 / NLC-SLP-22-009)",
        "description": "North Lanarkshire Council wishes to establish a contract for the design, supply, installation, testing and commissioning of new sprinkler systems and all associated works in 4Nr domestic tower blocks located in North Lanarkshire.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "44115500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45343230",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44482000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45343000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "The four tower blocks covered by this procurement are Avon, Calder, Clyde and Elvan Towers in Motherwell."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 2300000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-06-13T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-06-13T12:00:00Z"
        },
        "documents": [
            {
                "id": "APR447156",
                "documentType": "contractNotice",
                "title": "Retrofit of Sprinklers and Associated Works - Phase 3 - 4 No Tower Blocks, North Lanarkshire (HO TB 22 027 / NLC-SLP-22-009)",
                "description": "North Lanarkshire Council wishes to establish a contract for the design, supply, installation, testing and commissioning of new sprinkler systems and all associated works in 4Nr domestic tower blocks located in North Lanarkshire.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR447156",
                "format": "text/html"
            },
            {
                "id": "APR447156-1",
                "title": "ITT",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=1",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-05-09T13:01:30Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-2",
                "title": "Section 3 - SPD Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=2",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-3",
                "title": "4.1 Form of Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=3",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-4",
                "title": "4.2 Contract Sum Analysis",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=4",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-5",
                "title": "4.3 Provisional Sums",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=5",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-6",
                "title": "4.4 Quality Questionnaire",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=6",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-05-17T16:49:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-7",
                "title": "4.5 Certificate of Bona Fide Tender",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=7",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-8",
                "title": "4.6 Equalities Declaration",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=8",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-9",
                "title": "4.7 List of Sub-Contractors Declaration",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=9",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-10",
                "title": "4.8 Insurances Declaration",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=10",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-11",
                "title": "4.9 Freedom of Information Declaration",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=11",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-12",
                "title": "4.10 Declaration of Non-Involvement in Serious Organised Crime",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=12",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-13",
                "title": "4.11 Community Benefits Tracker Example 22-23",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=13",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "APR447156-14",
                "title": "4.12 Tenderer Declaration",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=14",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-15",
                "title": "4.13 Schedule for Non Disclosure items FOISA",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=15",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-16",
                "title": "4.14 Checklist for Enclosures",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=16",
                "datePublished": "2022-04-29T12:10:41Z",
                "dateModified": "2022-04-29T12:10:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-17",
                "title": "1. INVITATION TO TENDER REVISION A",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=17",
                "datePublished": "2022-05-09T13:01:30Z",
                "dateModified": "2022-05-09T13:01:30Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-18",
                "title": "4.4 Quality Questionnaire REV A",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=18",
                "datePublished": "2022-05-17T16:49:06Z",
                "dateModified": "2022-05-17T16:49:06Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "APR447156-19",
                "title": "Site visit Q&A list as at 23.05.2022. This document forms part of the ITT",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=19",
                "datePublished": "2022-05-23T14:26:13Z",
                "dateModified": "2022-06-06T10:23:08Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "APR447156-20",
                "title": "Site visit Q&A list REV A as at 06/06/2022. This document forms part of the ITT",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=APR447156&idx=20",
                "datePublished": "2022-06-06T10:23:08Z",
                "dateModified": "2022-06-06T10:23:08Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The full outline scope of works is within the attached ITT. The works includes, but is not limited to; -The design, supply, installation, testing and commissioning of the sprinkler/smoke clearance systems and associated building services including any necessary works to existing systems and alterations. -Structural investigations and structural supporting works in relation to installation of externally located water tank to supply the sprinkler system, indicative external tank locations are noted on the drawings included within the tender pack. Associated services surveys must be undertaken to determine the least disruptive route connecting the external tank to the internal pumps and also in connection with the design/placing of the external tank. Services surveys and associated external tank location/design must be issued to the Employers Agent for approval. Indicative external tank locations are provided within the ITT drawings pack, taking into consideration the indicative location of pumps which are to be installed within the existing internal space within the block. External tanks must be securely enclosed to ensure they are tamper/vandal proof. For clarity, the intention is not to provide a traditional construction brick built external tank room, but an alternative to this which offers security and through visibility, such as a Paladin style full height fence. Position of tank must take into account residents properties and windows to ensure that it will not restrict view/block light. Design and allowance for connecting the external tank to the internal pumps must be made. -Undertake Ferro scanning to walls and floor slabs prior to undertaking coring activities to determine the location of existing reinforcement, services and conduits and to ensure that structural reinforcement and integrity is not compromised by coring activities. On completion of the ferro scanning a report is to be provided by the Contractor to the Employers Agent detailing the locations of existing reinforcement, services and conduits. In the event the contractor disturbs any existing reinforcement during coring activities these must be reported to the Employers Agent and reviewed by the Contractors structural engineer to confirm that there is no impact to the Structural Integrity of the floor slab. -Provision of Structural Engineer Registration (SER) certificate per block to cover all cores throughout the building. -Provision of design calculations and drawings for checking prior to construction by the Employer's Agent (EA). -Provision of working / installation drawings. -Provision of record documents and as-fitted drawings. -Provision of training for the Authority's (Employer's) maintenance staff and the Scottish Fire and Rescue Service (SFRS). -All works must comply with current Water Byelaws and Building Regulations. -All works shall comply with the relevant British Standards and associated Scottish Building Standards. -All equipment used is Contractor's choice, however any specification proposed shall remain consistent across all blocks and must fully comply with the performance specification and ITT requirements. -Contractor or sub-contractor undertaking the works must be a UKAS Third Party Accredited Sprinkler Installer. -Contractor is to supply a Fire Strategy document from a 3rd party qualified company/fire engineer (accreditation either by the Institute of Fire Engineers or something similar) for the Council by no later than 8 weeks from the Date of Contract Award in electronic format.. Please note: Contract Duration is 47 Weeks 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. DEADLINE FOR QUESTIONS IS 12 NOON 06/06/2022",
                "status": "active",
                "value": {
                    "amount": 2300000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 330
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2022-06-13T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender documentation contains the relevant contract performance conditions and requirements"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Part II - Information Concerning the Bidder 2A - 2D The information required in Part II of the SPD Scotland is for information only and therefore will not be assessed however the Council may exclude a Bidder that cannot provide basic company information. Part III - Exclusion Criteria 3A - 3D Bidders will be assessed as a FAIL and will be excluded from the Procurement if they advise that they are in any of the situations referred to without justifying that satisfactory remedial action has been applied. 4A.1 and 4A.1.1 Minimum level(s) of standards require: 4A.1 - Candidates must be registered or enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                },
                {
                    "type": "economic",
                    "description": "4B.4 Bidders will be required to have an: \"Acid Test\" financial ratio of 1.00 and above.",
                    "minimum": "The acceptable date range for \"Acid Test\" financial ratio shall be the Bidders most recent financial year where fully audited accounts are available. The minimum acid-test ratio a company should have is 1:00. Bidders with a ratio of less than 1:00 will be assessed as a FAIL and will be excluded from the competition The \"Acid Test\" financial ratio will be calculated as follows: Current Assets (minus stocks, inventories, and securities) / Current Liabilities. 4B.5.1 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract: Professional Risk Indemnity Insurance - 5m GBP in the aggregate amount for any one period of insurance Employers Compulsory Liability - 10m GBP for any one occurrence or series of occurrences arising out of one event 4B.5.2 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract: Public Liability - 10m GPB for any one occurrence or series of occurrences arising out of one event Product Liability - 10m GBP in the aggregate amount for any one period of insurance Bidders identified for appointment to the contract will be required to either: - Provide insurance certification evidence demonstrating that they have the minimum levels of insurance provision; or. - Provide a letter / statement to the Council confirming that they will obtain all required insurance levels within 28 calendar days of receiving a Letter of Acceptance This element will be assessed on a pass / fail basis. 4B.5.3 - If the relevant documentation is available electronically please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                },
                {
                    "type": "technical",
                    "description": "Owing to the character limitations in this section it is not possible to provide a comprehensive description of the selection criteria relating to section III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for III.1.3 are set out in full in \"Section 1- Information to Tender\" which can be accessed through the additional information area within the portal. A summarised description of the selection criteria is provided below; SPDS Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability:4C.1,4C.6 and 4C.10. SPDS Selection Criteria Section, question Section D, Part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D.1.1, 4D.1.2 and 4D.2.",
                    "minimum": "4C.1 Bidders should provide a minimum of two (2) examples of contractual arrangements they have held over the past five (5) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, and duration. Bidders must achieve an overall combined minimum score requirement of 50%. Bidders unable to meet the minimum requirements for 4C.1 and who fail to achieve an overall score of 50% will be assessed as a FAIL and will be excluded from the competition. 4C.6 Bidders will be required to confirm that at least one of their employees has the following relevant educational and professional qualifications: UKAS and NICEIC or SELECT or LPCB (or equivalent, as demonstrated by the Bidder) Bidders identified for appointment to the contract will be required to provide evidence i.e. copies of professional certification / accreditation that demonstrates they meet the minimum requirements applied Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4D.1 Quality Assurance and Health & Safety. Bidders unable to meet the minimum requirements for all of SPDS Section 4D.1 will be assessed as a FAIL and will be excluded from the competition 4D.2 Environmental Management Systems. Bidders unable to meet the minimum requirements for all of SPDS Section 4D.2 will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "45343230",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "The information required in Part II of the SPDS is for information only and with therefore not be assessed. The Council may, however, choose not to select Candidates who cannot provide basic company information. Candidates must ensure that they submit appropriate SPDS's completed by other members of the group (if they are bidding as a part of a group), other whose capacity they rely on, and known sub-contractors whose capacity they do not rely on, to satisfy any aspect of the SPDS. Candidates unable to complete Part IV Concluding Statements may be excluded from the competition. The complete SPDS, 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 SPDS, written confirmation of the signatory's authority to submit the SPDS. Bidders should note that all documents listed in ITT Section 4.16 - Checklist of Required Documents for Tender Return 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 a 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 Candidates where the information provided to the Council by the Police Service of Scotland does not validate fully the information provided by the Candidate. 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=691418. 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:691418)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000691418"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}