Award

Supply, Installation and Maintenance of a Secure Door Entry System in Council Offices

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

28 Apr 2023 at 16:00

Tender

29 Sep 2022 at 11:46

Summary of the contracting process

The South Lanarkshire Council is seeking a contractor for the supply, installation, and maintenance of a secure door entry system in various council offices across South Lanarkshire. The procurement falls under the security equipment category and will be conducted via an open procedure. The project aims to provide a secure and user-friendly entry solution, with automation and emergency manual override features. The tender has been completed, with SPIE Scotshield Limited being the active supplier.

This tender presents an opportunity for businesses involved in security equipment and systems to compete for a contract with South Lanarkshire Council. The procurement process is currently at the active stage, allowing interested parties to submit bids electronically. The contract value is £163,531.41 GBP, signed on March 21, 2023. Companies specialising in surveillance and security systems, particularly SMEs like SPIE Scotshield Limited, are well-suited to participate in this open tendering opportunity.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply, Installation and Maintenance of a Secure Door Entry System in Council Offices

Notice Description

he Council wish to procure a contractor to supply, install and maintain a modern, easy to use, future proofed and scalable door entry solution in 6 of their main offices throughout South Lanarkshire Council area as shown below: SLC Headquarters in Hamilton Brandon Gate, Hamilton South Vennel, Lanark David Dale House, Blantyre Cambuslang Gate, Cambuslang Civic Centre, East Kilbride The solution should provide a secure, yet practical and efficient method of ingress and egress from offices for both staff and, where appropriate, members of the public. This solution requires to have an automated operation requiring minimum staff intervention, yet allow manual override in case of emergencies, and provide proper provision for people with mobility issues in the event of any evacuation scenario. Please Note: The Council reserves the right to prioritise the order of site installations and for operational and cost reasons and may elect to reduce the number of actual individual door installations within the remit of this contract.

Lot Information

Lot 1

Procurement will be conducted via the Open Tendering procedure and the ITT will be published in Public Contracts Scotland Tender (PCST). Additional information: Quality Award Criteria is listed below: General Requirements Core System Hardware Implementation and Training Consultancy, Maintenance and Support Compliance with IT Standards Sustainability Community Benefits - minimum number of points - 80 Fair Work First

Renewal: Contract has an optional extension of up to 60 months subject to satisfactory performance, financial standing and available funding. The contract will be renewed prior to the end of the contract period of the new contract.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03715e
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/012396-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

35 - Security, fire-fighting, police and defence equipment


CPV Codes

35120000 - Surveillance and security systems and devices

35121000 - Security equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£163,531 £100K-£500K

Notice Dates

Publication Date
28 Apr 20232 years ago
Submission Deadline
28 Oct 2022Expired
Future Notice Date
Not specified
Award Date
21 Mar 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
2032

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
irene.peacock@southlanarkshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Supplier Information

Number of Suppliers
1
Supplier Name

SPIE SCOTSHIELD

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-03715e-2023-04-28T17:00:39+01:00",
    "date": "2023-04-28T17:00:39+01:00",
    "ocid": "ocds-h6vhtk-03715e",
    "description": "SPD Question 2.C.1 Reliance on the capacities of other entities Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria 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. SPD Questions 3A - 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self-cleansing measures undertaken. Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. SPD Question 2D.1 Prompt Payment Certificate SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration SPD Question 3A.6 Modern Slavery Act 2015 Declaration Declaration Section *Form of Tender SPD Question 3D.11 Non-Collusion Certificate SPD Question 4B.4 Audited Accounts for previous 2 Years SPD Question 4B.5.1 Insurance Certificates SPD Question 4D.1 Cloud Security Principles General Attachment Area Health and Safety Questionnaire General Attachment Area SOCA Protocol Form *The 'Form of Offer to Tender' must be completed and uploaded within the relevant question in the Commercial Envelope. In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. (SC Ref:730834)",
    "initiationType": "tender",
    "tender": {
        "id": "SLC/PS/HTR/21/425",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply, Installation and Maintenance of a Secure Door Entry System in Council Offices",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "35121000",
            "description": "Security equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "he Council wish to procure a contractor to supply, install and maintain a modern, easy to use, future proofed and scalable door entry solution in 6 of their main offices throughout South Lanarkshire Council area as shown below: SLC Headquarters in Hamilton Brandon Gate, Hamilton South Vennel, Lanark David Dale House, Blantyre Cambuslang Gate, Cambuslang Civic Centre, East Kilbride The solution should provide a secure, yet practical and efficient method of ingress and egress from offices for both staff and, where appropriate, members of the public. This solution requires to have an automated operation requiring minimum staff intervention, yet allow manual override in case of emergencies, and provide proper provision for people with mobility issues in the event of any evacuation scenario. Please Note: The Council reserves the right to prioritise the order of site installations and for operational and cost reasons and may elect to reduce the number of actual individual door installations within the remit of this contract.",
        "lots": [
            {
                "id": "1",
                "description": "Procurement will be conducted via the Open Tendering procedure and the ITT will be published in Public Contracts Scotland Tender (PCST). Additional information: Quality Award Criteria is listed below: General Requirements Core System Hardware Implementation and Training Consultancy, Maintenance and Support Compliance with IT Standards Sustainability Community Benefits - minimum number of points - 80 Fair Work First",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Contract has an optional extension of up to 60 months subject to satisfactory performance, financial standing and available funding. The contract will be renewed prior to the end of the contract period of the new contract."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "35120000",
                        "description": "Surveillance and security systems and devices"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire Council area"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015. SPD Question 4A.2 Authorisation/Membership Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "SPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. SPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims. Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5000000 GBP in respect of each claim, without limit to the number of claims.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "SPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the supplies/services that are the subject matter of this tender, relevant examples are to be provided of the supplies/services undertaken by the bidder in the last 5 years. It is a requirement of this tender that the Bidder can demonstrate in their response to question 4.C1.2 that they have held contracts of a similar nature, size and value as detailed in the Specifications (Attachment 3) within the last FIVE years. Bidders should provide details of their experience of organising and co-ordinating large scale projects . A minimum of 3 examples and a maximum of 5 should be provided. The Council reserves the right to verify any information supplied with the relevant Company / Authority. SPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. SPD Question 4D.1 Quality Assurance Schemes It is a requirement of this tender that the bidder recommended for award holds the following: SLC Cloud Security Principles Bidders will be expected to hold Information Security Standards / accreditation up to and including ISO/IEC 27001:2013 in conjunction with Cyber Essentials Plus. Also, show demonstrable adherence to National Cyber Security Centres (NCSC) Cyber Security Principles and industry best practice in relation to the delivery of cloud services. Bidders not holding the above criteria must adhere to the attached Cloud Hosting Security Principles as stated in the Attachment within the ITT in relation to the delivery of Cloud services.",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Please refer to ITT document - Performance Appraisal.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2022-10-28T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "awardPeriod": {
            "startDate": "2022-10-28T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2022-10-28T12:00:00+01:00"
        },
        "hasRecurrence": true,
        "reviewDetails": "Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is: Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.uk",
        "recurrence": {
            "description": "2032"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-1037",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "irene.peacock@southlanarkshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AGENCY",
                        "description": "Regional or local agency/office"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "03",
                        "description": "Public order and safety"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-6287",
            "name": "Hamilton Sheriff Court",
            "identifier": {
                "legalName": "Hamilton Sheriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street,",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1698282957",
                "email": "hamiltoncivl@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "http://www.scotscourts.gov.uk"
            }
        },
        {
            "id": "GB-FTS-15150",
            "name": "SPIE Scotshield Limited",
            "identifier": {
                "legalName": "SPIE Scotshield Limited"
            },
            "address": {
                "streetAddress": "1 Rutherglen Links, Rutherglen Links Business Park,",
                "locality": "Glasgow",
                "region": "UKM95",
                "postalCode": "G73 1DF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-1037",
        "name": "South Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000707675"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "012396-2023-SLC/PS/HTR/21/425-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-15150",
                    "name": "SPIE Scotshield Limited"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "012396-2023-SLC/PS/HTR/21/425-1",
            "awardID": "012396-2023-SLC/PS/HTR/21/425-1",
            "status": "active",
            "value": {
                "amount": 163531.41,
                "currency": "GBP"
            },
            "dateSigned": "2023-03-21T00:00:00Z"
        }
    ],
    "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": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}