Tender

MTC Heating System Replacement (Gas, Electric and Renewable) 2021/2026 (HT 20 735)

  • North Lanarkshire Council

F02: Contract notice

Notice identifier: 2021/S 000-000243

Procurement identifier (OCID): ocds-h6vhtk-00381c-integration

Published 19 January 2021, 4:56pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Email

corporateprocurement@northlan.gov.uk

Telephone

+44 1698403876

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

one.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 above-mentioned address

Tenders or requests to participate must be submitted electronically via

http://www.publiccontractscotland.gov.uk/

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

MTC Heating System Replacement (Gas, Electric and Renewable) 2021/2026 (HT 20 735)

Reference number

HO HT 20 735; NLC-CPT-20-075

two.1.2) Main CPV code

  • 45232141 - Heating works

two.1.3) Type of contract

Works

two.1.4) Short description

It is proposed that the scope of services comprise the following:(a) the removal and replacement of gas heating systems including boilers, radiators, pipework and associated works;(b) the removal and replacement of electric heating systems including storage heaters, cylinders and associated works; and(c) the removal and replacement of existing gas and electric heating systems with renewable heating systems (solar PV and air source heat pump systems and associated works).The total estimated contract value is up to GBP 34 000 000 split over three lots as follows:Lot 1: Gas heating replacement: total value up to GBP 30 000 000 (up to a maximum of GBP 7 000 000 per annum);Lot 2: Electric heating replacement: total value up to GBP 500 000 (up to a maximum of GBP 150 000 per annum); andLot 3: Renewable heating replacement — solar PV and air source heat pumps systems — total value up to GBP 3 500 000 (up to a maximum of GBP 850 000 per annum).

two.1.5) Estimated total value

Value excluding VAT: £34,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Gas Heating Replacement

Lot No

1

two.2.2) Additional CPV code(s)

  • 45232141 - Heating works

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire Council area.

two.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 GBP 30 000 000 (up to a maximum of GBP 7 000 000 per annum).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £30,000,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial period of the proposed contract will be 36 months, with the option to extend for up to a further 24 months (by means of two individual 12-month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council’s sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.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.

two.2) Description

two.2.1) Title

Electric Heating Replacement

Lot No

2

two.2.2) Additional CPV code(s)

  • 45232141 - Heating works

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire Council area.

two.2.4) Description of the procurement

The removal and replacement of electric heating systems including storage heaters, cylinders and associated works; total value up to GBP 500 000 (up to a maximum of GBP 150 000 per annum).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial period of the proposed contract will be 36 months, with the option to extend for up to a further 24 months (by means of two individual 12-month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council’s sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.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.

two.2) Description

two.2.1) Title

Renewable Heating Replacement

Lot No

3

two.2.2) Additional CPV code(s)

  • 45232141 - Heating works

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire

two.2.4) Description of the procurement

The removal and replacement of existing gas and electric heating systems with renewable heating systems (solar PV and air source heat pump systems and associated works); total value up to GBP 3 500 000 (up to a maximum of GBP 850 000 per annum).

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £3,500,000

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

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

The initial period of the proposed contract will be 36 months, with the option to extend for up to a further 24 months (by means of two individual 12-month extensions), subject to satisfactory operation and performance. Any periods of extension will be at the Council’s sole discretion.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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

two.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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

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

Date

1 February 2021

Local time

12:00pm

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

English

four.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)

four.2.7) Conditions for opening of tenders

Date

1 February 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3rd Quarter 2025.

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The information required in Part II of the ESPD is for information only and will therefore not be assessed. The Council may howeverChoose not to select candidates who cannot provide basic company information.Candidates must ensure that they submit appropriate ESPDs 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 ESPD.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-compliantDeclaration 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 awardedNote: 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=639471The 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.aspxSuppliers 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=2363Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361A summary of the expected community benefits has been provided as follows:North Lanarkshire Council's policy on community benefits in procurement aims to consider whether community benefits can be included where it is making capital investments or services/goods are being purchased.An indication of the type of benefits which the Council expects is indicated within the ITT documents for this procurement exercise. Bidders will be required to provide details within their tender submission of the community benefits they will deliver if their tender submission is successful. It should be noted that the community benefit commitments made at tender stage may form a contractual obligation.(SC Ref:639471)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

Email

hamilton@scotcourts.gov.uk

Country

United Kingdom