Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

MTC for Full Gas Heating Installations; 2025-2029 (HO HT 24 033)

  • First published: 13 August 2024
  • Last modified: 13 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-0489bc
Published by:
North Lanarkshire Council
Authority ID:
AA20183
Publication date:
13 August 2024
Deadline date:
16 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

It is proposed that the scope of services comprise of the removal and replacement of gas heating systems including boilers, radiators, pipework and associated works.

The total estimated Contract value is up to 40,000,000 GBP split over two lots as follows:

Lot 1 – total value up to 24,000,000 GBP

Lot 2 – total value up to 16,000,000 GBP

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

UK

Contact person: Chief Officer (Housing)

E-mail: contractstrategy@northlan.gov.uk

NUTS: UKM84

Internet address(es)

Main address: http://www.northlanarkshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publiccontractsscotland.gov.uk/


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://www.publiccontractsscotland.gov.uk/


I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

MTC for Full Gas Heating Installations; 2025-2029 (HO HT 24 033)

Reference number: NLC-SLP-24-035

II.1.2) Main CPV code

45331100

 

II.1.3) Type of contract

Works

II.1.4) Short description

It is proposed that the scope of services comprise of the removal and replacement of gas heating systems including boilers, radiators, pipework and associated works.

The total estimated Contract value is up to 40,000,000 GBP split over two lots as follows:

Lot 1 – total value up to 24,000,000 GBP

Lot 2 – total value up to 16,000,000 GBP

II.1.5) Estimated total value

Value excluding VAT: 40 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Lot 1 - Gas Heating System Installations

II.2.2) Additional CPV code(s)

45331100

II.2.3) Place of performance

NUTS code:

UKM84

II.2.4) Description of the procurement

The removal and replacement of gas heating systems including boilers, radiators, pipework and associated works; total value up to 24,000,000 GBP.

Tenderers should be aware that where they are bidding for both Lots 1 and 2 of the MTC, and should they be identified as submitting the most economically advantageous tender for Lot 1, there Tender for Lot 2 will be excluded on the basis of the Councils intention to appoint a single / separate contractor to each Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: End User Satisfaction / Weighting: 25

Quality criterion: Project Delivery - Programme / Weighting: 15

Quality criterion: Project Delivery - Project Team / Weighting: 10

Quality criterion: Health & Safety and Environment / Weighting: 20

Quality criterion: Fair Work First / Weighting: 10

Quality criterion: Community Benefits Methodology / Weighting: 10

Quality criterion: Community Benefits Offering Menu / Weighting: 10

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right for the contract to to be extended by such further period or periods (each such period or periods being no less than twelve (12) months) provided that the maximum extension in aggregate will be a period of twenty four (24) months from the expiry of the initial contract period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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.

Lot No: 2

II.2.1) Title

Lot 2 - Gas Heating System Installations

II.2.2) Additional CPV code(s)

45331100

II.2.3) Place of performance

NUTS code:

UKM84

II.2.4) Description of the procurement

The removal and replacement of gas heating systems including boilers, radiators, pipework and associated works; total value up to 16,000,000 GBP.

Tenderers should be aware that where they are bidding for both Lots 1 and 2 of the MTC, and should they be identified as submitting the most economically advantageous tender for Lot 1, there Tender for Lot 2 will be excluded on the basis of the Councils intention to appoint a single / separate contractor to each Lot.

II.2.5) Award criteria

Criteria below:

Quality criterion: End User Satisfaction / Weighting: 25

Quality criterion: Project Delivery – Programme / Weighting: 15

Quality criterion: Project Delivery – Project Team / Weighting: 10

Quality criterion: Health & Safety and Environmental / Weighting: 20

Quality criterion: Fair Work First / Weighting: 10

Quality criterion: Community Benefits Methodology / Weighting: 10

Quality criterion: Community Benefits Offering Menu / Weighting: 10

Price / Weighting:  60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

The Authority reserves the right for the contract to to be extended by such further period or periods (each such period or periods being no less than twelve (12) months) provided that the maximum extension in aggregate will be a period of twenty four (24) months from the expiry of the initial contract period.

II.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

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.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Bidders must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

4B.4 - Bidders will be required to pass the following Ratio Tests:

Lot 1 – 3 out of 3 ratios

Lot 2 – 3 out of 3 ratios

Acid Test Ratio:

Bidders will be required to have an: Acid Test Ratio financial ratio of 1.00 and above.

The acceptable date range for “Acid Test” financial ratio shall be the Bidders most recent financial year where fully audited accounts are available.

Debt Ratio:

Bidders will be required to have a Debt Ratio financial ratio of 0.50 and below.

The acceptable date range for “Debt Ratio Test” financial ratio shall be the Bidders most recent financial year where fully audited accounts are available.

Turnover Ratio:

Bidders will be required to have a financial ratio of 1.25 and above. of higher figure than expected annual contract value.

The acceptable date range for “Turnover Ratio Test” financial ratio shall be the Bidders most recent financial year where fully audited accounts are available.

4B.5.1A - 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.

4B.5.1B - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract:

Employers Compulsory Liability - 10m GBP each and every claim.

4B.5.2 - Bidders must confirm they already have or commit to obtain prior to the commencement of the contract:

Public Liability - 10m GBP each and every claim

Product Liability - 10m GBP in the aggregation


Minimum level(s) of standards required:

4B.4

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

The maximum Debt Ratio test ratio a company should have is 0:50. Bidders with a ratio of more than 0:50 will be assessed as a FAIL and will be excluded from the competition.

The “Debt Ratio” will be calculated as follows: Total Liabilities / Total Assets.

The minimum Turnover Ratio a company should have is more than the expected annual contract value. Bidders with a ratio of less than the expected annual contract value will be assessed as a FAIL and will be excluded from the competition.

The “Turnover Ratio" will be calculated as follows: Annual Revenue / Expected Annual Lot Value

SPD criteria allows the Council to assess Bidders financial standing. By applying an Acid Test Ratio, Debt Ratio and Turnover Ratio, it ensures only Bidders who are trading on a solvent basis could be appointed to the contract.

4B.5.1A - 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.5.1B - 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.5.2 - 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 if Acceptance.

This element will be assessed on a PASS / FAIL basis.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1 - Bidders should provide a minimum of three (3) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver requirements within the contract which were similar in regard to scope, scale, and duration.

4C.6 - Bidders will be required to confirm that at least one of their employees has the following relevant educational and professional qualifications:

Gas Safe Registered;

Membership of the National Inspection Council for Electrical Installation Contracting (NICEIC) or Electrical Contractors’ Association of Scotland (SELECT);

ISO 9001, ISO 27001, ISO 45001:2018;2023, ISO 14001:2015 & OHSAS 18001.

4C.10 - Bidders should provide details of the proportion (i.e. percentage) of the contract that you intend to subcontract.

4D.1A - Bidders must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or provide a copy of their Quality Management procedures / statements supplemented by responses to sections A – G of the standardised SPD question set related to Quality Assurance.

4D.1B - Bidders must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN 4.c.6 OHSAS18001 (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.

4D.2 - Bidders be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards


Minimum level(s) of standards required:

4C.1 - Bidders identified for appointment to the contract will be required to demonstrate they have sufficient experience to that of the contract in terms of scope, scale, and duration.

This element will be assessed on a PASS / FAIL basis.

Bidders unable to provide examples that demonstrate comparable scope, scale, and duration of the contract will be assessed as a fail, the Council’s decision on this is final.

4C.6 - 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.

This element will be assessed on a PASS / FAIL basis

4C.10 - Bidders identified for appointment to the contract will be required to provide details of their sub-contractors they intend to use when performing the contract.

4D.1A - Bidders identified for appointment to the contract will be required to submit documentation, certification, evidence etc. that demonstrates they have sufficient Quality Assurance membership and / or protocols in place.

This element will be assessed on a PASS / FAIL basis.

4D.1B - Bidders identified for appointment to the contract will be required to submit documentation, certification, evidence etc. that demonstrates they have sufficient Health and Safety membership and / or protocols in place.

This element will be assessed on a PASS / FAIL basis.

4D.2 - Bidders identified for appointment to the contract will be required to submit documentation, certification, evidence etc. that demonstrates they have sufficient Health and Safety membership and / or protocols in place.

This element will be assessed on a PASS / FAIL basis

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 16/09/2024

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 16/09/2024

Local time: 12:00

Information about authorised persons and opening procedure:

Tenders received will be opened in accordance with condition 18.5 of the Councils General Contract Standing Orders. Date and time of the Opening of Tenders (as stated above) is subject to change at the Councils sole discretion.

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

The MTC will be awarded for a total of 48 months (24months plus two 12-month extension periods). Following expiry of the MTC, the Council may elect to re-tender requirements.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

The information required in Part II of the SPD is for information only and will 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 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 SPD.

Candidates unable to complete Part IV Concluding Statements may be excluded from the competition.

The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT.

Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.

Quality Questions - Minimum Score – If the average final score for any quality question response is below a minimum score requirement set for that question, then the submission response will be 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=774654.

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.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

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:

Tenderers should refer to the ITT Document for further information on the Councils Community Benefit expectations within the MTC.

(SC Ref:774654)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=774654

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

UK

VI.5) Date of dispatch of this notice

12/08/2024

Coding

Commodity categories

ID Title Parent category
45331100 Central-heating installation work Heating, ventilation and air-conditioning installation work

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
contractstrategy@northlan.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.