Notice Information
Notice Title
Planned Preventative and Reactive Maintenance of Manually Operated and Electrical Roller Shutter Doors within Public Buildings
Notice Description
Perth & Kinross Council a were seeking to appoint a suitably qualified and experienced supplier to carry out planned preventative and reactive maintenance of manually operated and electrical roller shutter doors within public buildings in the Council area.
Lot Information
Lot 1
Carry out planned preventative and reactive maintenance of manually operated and electrical roller shutter doors within public buildings in the Council area.
Renewal: Option to extend for up to a further 48 months
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-031bec
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/020101-2022
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- £322,000 £100K-£500K
- Lots Value
- £322,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £269,702 £100K-£500K
Notice Dates
- Publication Date
- 25 Jul 20223 years ago
- Submission Deadline
- 30 Mar 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 7 Jul 20223 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Fraser Davidson
- Contact Email
- fdavidson@pkc.gov.uk
- Contact Phone
- +44 1738475000
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5PH
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-h6vhtk-031bec-2022-07-25T10:44:12+01:00",
"date": "2022-07-25T10:44:12+01:00",
"ocid": "ocds-h6vhtk-031bec",
"description": "(SC Ref:701251)",
"initiationType": "tender",
"tender": {
"id": "PKC11742",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Planned Preventative and Reactive Maintenance of Manually Operated and Electrical Roller Shutter Doors within Public Buildings",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
},
"mainProcurementCategory": "services",
"description": "Perth & Kinross Council a were seeking to appoint a suitably qualified and experienced supplier to carry out planned preventative and reactive maintenance of manually operated and electrical roller shutter doors within public buildings in the Council area.",
"value": {
"amount": 322000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Carry out planned preventative and reactive maintenance of manually operated and electrical roller shutter doors within public buildings in the Council area.",
"awardCriteria": {
"criteria": [
{
"name": "Quality",
"type": "quality",
"description": "60"
},
{
"type": "price",
"description": "40"
}
]
},
"value": {
"amount": 322000,
"currency": "GBP"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "Option to extend for up to a further 48 months"
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "50000000",
"description": "Repair and maintenance services"
}
],
"deliveryAddresses": [
{
"region": "UKM77"
},
{
"region": "UKM77"
}
],
"deliveryLocation": {
"description": "Perth and Kinross Council"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"communication": {
"atypicalToolUrl": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "N/A",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "B: Economic and Financial Standing 4B.4 Bidders will be required to state the values for the following for the last two financial years: 1. Current Ratio (Current Assets divided by Current Liabilities) 2. Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) 4B.5.1 4B.5.1 The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below:",
"minimum": "4B.4 The acceptable range is: 1. Current Ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. 2. Net Assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. The Council will download a Dun & Bradstreet Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as 'High' or 'Severe'. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as 'Moderate - High' or 'Moderate' to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer. 4B.5.1 Employer's Liability Insurance in the sum of 10,000,000 for each and every claim. Public Liability Insurance in the sum of 5,000,000 for each and every claim. Professional Indemnity Insurance in the sum of 2,000,000 in the aggregate of one automatic reinstatement of this sum permitted within the policy terms.",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "C: Technical and Professional Ability Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to the lot/contract that the bidder is tendering for and include 3 examples for each lot or lots. Quality Management Procedures Health and Safety Procedures",
"minimum": "D: Quality Assurance 4D.1 Quality Management Procedures 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 have the following: As detailed in the Instructions for Tenderers document Health and Safety Procedures 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, As detailed in the Instructions for Tenderers document",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-03-30T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"awardPeriod": {
"startDate": "2022-03-30T12:00:00+01:00"
},
"bidOpening": {
"date": "2022-03-30T12:00:00+01:00"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1263",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "2 High Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5PH",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Fraser Davidson",
"telephone": "+44 1738475000",
"email": "FDavidson@pkc.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.pkc.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00372",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-4111",
"name": "Perth Sheriff Court",
"identifier": {
"legalName": "Perth Sheriff Court"
},
"address": {
"streetAddress": "Tay Street",
"locality": "Perth",
"postalCode": "PH2 8NL",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-59615",
"name": "Welding Engineers",
"identifier": {
"legalName": "Welding Engineers"
},
"address": {
"streetAddress": "3 Cardowan Park, Tannochside Park",
"locality": "Uddingston",
"region": "UKM77",
"postalCode": "G71 5PF",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1417788461",
"faxNumber": "+44 1417630152"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1263",
"name": "Perth & Kinross Council"
},
"language": "en",
"awards": [
{
"id": "020101-2022-PKC11742-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-59615",
"name": "Welding Engineers"
}
]
}
],
"contracts": [
{
"id": "020101-2022-PKC11742-1",
"awardID": "020101-2022-PKC11742-1",
"status": "active",
"value": {
"amount": 269702.3,
"currency": "GBP"
},
"dateSigned": "2022-07-08T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000685048"
}
]
}