Back to tenders & grants page
Measured Term Contract for Provision of Independent Gas Audits 2022 - 2025 Finance & Insurance, Consumer Goods & Services Measured Term Contract for Provision of Independent Gas Audits 2022 - 2025
Receive Tenders like this by email

Measured Term Contract for Provision of Independent Gas Audits 2022 - 2025

Measured Term Contract for Provision of Independent Gas Audits 2022 - 2025 has been closed on 04 Mar 2022. It no longer accepts any bids. For further information, you can contact the North Lanarkshire Council

Bellow, you can find more information about this project: 

Location: United Kingdom

General information

Donor:

North Lanarkshire Council

Industry:

Finance & Insurance

Consumer Goods & Services

Status:

Closed

Timeline

Published:

04 Feb 2022

Deadline:

04 Mar 2022

Value:

170000

Contacts

Name:

John Cameron

Description

https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB439786

Contract Notice (below OJEU threshold)

Section I: Contracting authority

I.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

UK

Contact person: John Cameron

E-mail: [email protected]

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.3) Communication

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

http://www.publiccontractscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

http://www.publiccontractscotland.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

Measured Term Contract for Provision of Independent Gas Audits 2022 - 2025

Reference number: HO MS 21 075/NLC-CPT-21-137

II.1.2) Main CPV code

79212300

 

II.1.3) Type of contract

Services

II.1.4) Short description

Gas audits and report on the quality of gas works on behalf of the council, its partners and service providers.

The audit assessments will be carried out by selective sampling of all gas related works undertaken on any contract within the North Lanarkshire Council geographical area.

II.1.5) Estimated total value

Value excluding VAT: 170 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79212000

50531200

50720000

II.2.3) Place of performance

NUTS code:

UKM84


Main site or place of performance:

North Lanarkshire

II.2.4) Description of the procurement

Audits will be carried out in the following area of works (other areas of works may be subject to audit as instructed by the Contract Administrator).

- Full and detailed records including but not limited to area of audits and individuals being audited.

- Detailed records of the works activity being carried out.

- Cumulative figures of all audits carried out.

- Full and complete reports detailing any findings, inaccuracies, and overall audit findings.

- Details of any landlord or tenant issues.

- Audit statistics report including findings and recommendations.

- Benchmarking.

- Inclusion of all quality reports and summaries

- Provide tenant / end user satisfaction surveys with monthly report

The audits themselves should be carried out under the following circumstances: -

- Recently completed or in progress repair visits.

- Recently completed or in progress servicing visits.

- Recently completed or in progress landlord safety check visits.

- Recently completed or in progress installation works, capital or ad hoc

The following will be required: -

- A fault-finding service

- Deliver gas safety awareness sessions per annum; 1nr basic and 1nr technical

- Provide technical advice. Price per project

- Assessment of our Contractor’s technical ability

- Assistance with specifications

- A fault-finding service

- Gas incident investigation and reporting service

- Assist with Scottish Housing Regulator enquiries and audits

- Technical bulletins delivered to NLC

- Gas safety updates to all relevant parties

- All technical auditing staff to have ACS accreditation relevant to what they are auditing

- All works orders shall be issued by SOR

II.2.5) Award criteria

Criteria below:

Quality criterion: End user satisfaction / Weighting: 25%

Quality criterion: Programme Adherence / Weighting: 25%

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

Quality criterion: Fair Work First / Weighting: 20%

Quality criterion: Community Benefits Offered for the minimum contract period of 24 months / Weighting: 5%

Quality criterion: Community Benefits Offered for the duration of the possible extension periods (12 months extension period or periods being no less than six (6) months) / Weighting: 2.5%

Quality criterion: Community Benefits Supporting Methodologies / Weighting: 2.5%

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 170 000.00  GBP

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:

12 months(each such extension period or periods being no less than six (6) months) provided that the maximum extension in aggregate will be a period of twelve (12) 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

Candidates should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Candidate's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

DEADLINE FOR QUESTIONS IS 24/2/2022 at 17:00

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:

SPDS Selection Criteria, Part IV Section A: Suitability, 4A.1

4A.1 -

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

Bidders should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A, will be assessed as a FAIL and will be excluded from the competition.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing,

4B.4, 4B.5.1A, 4B.5.1b and 4B.5.2


Minimum level(s) of standards required:

4B.4 -

Bidders will be required to meet the undernoted Current Ratio minimum requirements.

Acid Test Ratio

The acceptable range for the Acid Test Ratio is:

Minimum value required: a value of greater than or equal to 1.00 to 2 decimal places.

The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places.

Bidders will be required to provide their audited financial accounts for the previous year in order that the Council may confirm this ratio.

4B.5.1a -

Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover:

1) Professional Risk Indemnity Insurance - 5,000,000 GBP in the aggregate

4B.5.1b -

Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover:

1) Employer’s Liability Insurance: 10,000,000 GBP for each and every claim

http://www.hse.gov.uk/pubns/hse40.pdf

4B.5.2 -

Bidders must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover:

1) Public Liability Insurance: 10,000,000 GBP in the aggregate

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender submission:

1) an SPDS submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and

2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension periods.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability,

4C.1, 4C.6, 4C.10 and

SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards, 4D.1, 4D.2.

Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4C.6, 4D.1 and 4D.2 are set out in full in the SPDS and SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.


Minimum level(s) of standards required:

4C.1-

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice.

Question 4C.1 carries an overall weighting of 100% with 60% attributed to the first example and 40% attributed to example 2.

You are required to provide 2 examples, at least one example shall be from the last 3 years.

Your examples should be in line with the value, scope, size and complexity of these services.

Your response should address however, not be limited to, the following:

- Project management; and

- Risk and mitigating actions for the project

Bidders will be required to achieve an average minimum score of 50 for this question. An average minimum score of less than 50 will be assessed as a FAIL and will be excluded from the competition.

4C.6 -

Bidders will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications:

Member of Gas Safe Register of Auditors approved via the Accredited Certification Scheme (ACS).

Bidders who do not have the above educational and professional qualifications (or alternative equivalent) will be assessed as a FAIL and will be excluded from the competition

4C.10 -

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4C.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4C will be assessed as a FAIL and will be excluded from the competition.

4D.1 -

1. The Bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),

OR

2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 2, a-g.

3. The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

4. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 4, a-m.

4D.2 -

1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate,

OR

2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.2 point 2, a-g.

Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.

Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D will be assessed as a FAIL and will be excluded from the competition.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The Invitation to Tender (ITT) will contain the relevant contract performance conditions and 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: 04/03/2022

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: 04/03/2022

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

3rd Quarter 2024

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

Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition.

The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Candidate then the Candidate must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.

Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant.

Declaration of Non-involvement in Serious Organised Crime - In the case of any criminal history checks, the Council may exclude Bidders where the information provided to the Council by the Police Service of Scotland does not validate fully the information provided by the Bidder. Failure to disclose information that is relevant to this section or serious misrepresentation in relation to the information disclosed will result in exclusion from the Procurement or the termination of any subsequent contract that may be/has been awarded.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=679891.

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.

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=680628.

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:680628)

VI.4) Procedures for review

VI.4.1) Review body

Scottish Courts

Edinburgh

UK

VI.5) Date of dispatch of this notice

04/02/2022


Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more