Contract Notice (below OJEU threshold)
Section I: Contracting Change
authority
I.1) Name and addresses
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
http://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
http://www.publictendersscotland.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Podiatry Services Framework
Reference number: CPT-NT-OPS-18-455
II.1.2) Main CPV code
85147000
II.1.3) Type of contract
Services
II.1.4) Short description
North Lanarkshire Council wishes to establish a framework for the provision of Podiatry services throughout the geographical areas of North Lanarkshire Council. The framework will be split into three lots: Lot 1 - North; Lot 2 - Central; and, Lot 3 - South
II.1.5) Estimated total value
Value excluding VAT: 120 000.00 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
North Area
II.2.2) Additional CPV code(s)
85147000
II.2.3) Place of performance
NUTS code:
UKM84
Main site or place of performance:
North Area
II.2.4) Description of the procurement
North Lanarkshire Council wishes to establish a framework for the provision of Podiatry services throughout the geographical areas of North Lanarkshire Council. The framework will be split into three lots: Lot 1 - North.
Please refer to ITT for further detail of requirements
II.2.5) Award criteria
Criteria below:
Quality criterion: Overall Quality
/ Weighting: 60
Quality criterion: Implementation and provision of the service
/ Weighting: 30
Quality criterion: Fair Work Practices
/ Weighting: 10
Quality criterion: Reports and documents
/ Weighting: 20
Quality criterion: Complaints Handling
/ Weighting: 20
Quality criterion: Contract Management arrangements
/ Weighting: 20
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
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
PLEASE NOTE:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the procurement (Scotland) Regulations 2016.
Lot No: 2
II.2.1) Title
Central Area
II.2.2) Additional CPV code(s)
85147000
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
North Lanarkshire Council wishes to establish a framework for the provision of Podiatry services throughout the geographical areas of North Lanarkshire Council. The framework will be split into three lots: Lot 2 - Central.
Please refer to ITT for further detail of requirements
II.2.5) Award criteria
Criteria below:
Quality criterion: Implementation and provision of the service
/ Weighting: 30
Quality criterion: Fair Work Practices
/ Weighting: 10
Quality criterion: Reports and documents
/ Weighting: 20
Quality criterion: Contract Management arrangements
/ Weighting: 20
Quality criterion: Complaints Handling
/ Weighting: 20
Quality criterion: Overall Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
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
PLEASE NOTE:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the procurement (Scotland) Regulations 2016.
Lot No: 3
II.2.1) Title
South Area
II.2.2) Additional CPV code(s)
85147000
II.2.3) Place of performance
NUTS code:
UKM84
II.2.4) Description of the procurement
North Lanarkshire Council wishes to establish a framework for the provision of Podiatry services throughout the geographical areas of North Lanarkshire Council. The framework will be split into three lots: Lot 3 - Central.
Please refer to ITT for further detail of requirements
II.2.5) Award criteria
Criteria below:
Quality criterion: Implementation and provision of the service
/ Weighting: 30
Quality criterion: Fair Work Practices
/ Weighting: 10
Quality criterion: Reports and documents
/ Weighting: 20
Quality criterion: Contract Management arrangements
/ Weighting: 20
Quality criterion: Complaints Handling
/ Weighting: 20
Quality criterion: Overall Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
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
PLEASE NOTE:
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the procurement (Scotland) Regulations 2016.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Bidders must response to ESPD Questions 4A, 4B.5.1. 4B.5.2
ESPD Can be found on the PCST Portal under Qualification ITT section response for Q this is a mandatory document
Minimum level(s) of standards required:
4.A - the bidder must be enrolled in the relevant professional or Trade Register
4B.5.1, 4B.5.2 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employers Liability - 10000000 GBP Each and every claim and in the annual aggregate
Public Liability - 5000000 GBP - Each and every claim and in the annual aggregate
Professional Indemnity Insurance - 1000000 GBP
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Bidders must respond to ESPD Questions 4C.1.2 and 4C.10.
Response to 4C.10 will not be evaluated.
ESPD Can be found on PCST Under Qualification ITT response for Q
Minimum level(s) of standards required:
Responses to question 4A, 4C.1.2 for Technical and professional ability will be scored by an evaluation panel.Bidders must achieve an average weighted score of 60 to pass Question 4C.1.2; if the average score is below 60 this will be deemed a FAILURE to meet the Authority's minimum standard for Technical and professional Ability.
.
No questions from Section D of the ESPD (Scotland) (Quality assurance schemes and environmental standards) will be used, so no
statements for those questions are listed in this Contract Notice.
Minimum level(s) of standards required:
4C.1.2 - Bidders will be required to provide ONE example that demonstrate that they have the relevant experience to deliver the
services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice.
.
For evaluation, EXAMPLE 1 is weighted 100%
.
4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract
III.2) Conditions related to the contract
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
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:
13/12/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.7) Conditions for opening of tenders
Date:
13/12/2018
Local time: 12:00
Place:
North Lanarkshire Council
Civic Square Motherwell
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
The following information applies to the scoring for contract notice section III.1.3) Technical and Professional Ability:
Responses to question 4C.1.2 for Technical and professional ability will be scored by an evaluation panel. Bidders must achieve an average weighted score of 60 to pass Question 4C.1.2; if the average score is below 60 this will be
deemed a FAILURE to meet the Authority's minimum standard for Technical and professional Ability.
.
Evaluation on responses to question 4C.1.2 will be conducted using the following scoring convention:
.
Score – Definition
.
100 Response is completely relevant. It is unlikely that the response could be more comprehensive or be improved upon. It provides
comprehensive evidence and full assurance that the candidate fully meets the required standard in this selection criterion
.
90 Response is almost entirely relevant. The response is comprehensive, unambiguous and demonstrates a thorough understanding of what
is required in respect of this selection criterion, and provides convincing evidence of their capacity/ability/experience in this area
.
80 Response is highly relevant. Detailed response demonstrates a thorough understanding of the selection criterion and provides a high
level of detail as to their capacity/ability/experience in this area
.
70 Response is relevant. The response is sufficiently detailed to demonstrate a thorough understanding of the selection criterion and
provides evidence of a reliable level of capacity/ability/experience in this area
.
60 Response is substantially relevant and acceptable and demonstrates a broad understanding of the selection criterion to a satisfactory
depth but evidence of capacity/ability/experience in this area could have been more detailed
.
50 Response is at least 50% relevant and acceptable. The response demonstrates an understanding of the selection criterion but lacks detail
of evidence of capacity/ability/experience in this area
.
40 Response is partially relevant but evidence presented is not sufficiently detailed to demonstrate a reliable level of
capacity/ability/experience in this area. There is a lack of depth of detail or understanding in many areas
.
30 Response has some relevance but is generally insufficient. The response addresses some elements of the requirement but contains
limited evidence as to the candidate’s capacity/ability/experience in this area
.
20 Response demonstrates a lack of understanding and little pertinent limited evidence as to the candidate’s capacity/ability/experience in
this area
.
10 Response demonstrates little evidence of the candidate’s understanding or explanation of the candidate’s capacity/ability/experience in
this area
.
0 Nil/irrelevant response
.
The following Question weightings apply: 4C.1.2 Example 1 - 100%.
.
If a bidder achieves a pass for the minimum standards, the Bidders tender proposal will carry forward to further evaluation will have their technical and commercial responses assessed to determine the most economically advantageous tender. If a Bidders fails to achieve a pass for the minimum standards, the bidder will be discontinued from the tender evaluation process and not scored on technical and commercial response.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 11217. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:547320)
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 12421 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:565406)
VI.4) Procedures for review
VI.4.1) Review body
North Lanarkshire Council
Civic Centre, Windmillhill Street
Motherwell
ML1 1AB
UK
Telephone: +44 1698302222
Fax: +44 1698275125
Internet address(es)
URL: http://www.northlanarkshire.gov.uk
VI.4.2) Body responsible for mediation procedures
VI.4.4) Service from which information about the review procedure may be obtained
VI.5) Date of dispatch of this notice
26/11/2018