Notice Information
Notice Title
Upgrade of Fire Alarm and Emergency Lighting and PA to PAVA System at Caird Hall, Dundee, DCC/CD/219/23
Notice Description
Dundee City Council seeks to appoint competent supplier to supply & install increased Fire Alarm coverage, New Emergency Lighting and PAVA system at Caird Hall, Dundee. The programme of works is a 24 weeks.
Lot Information
Lot 1
Dundee City Council have a requirement to provide increased Fire Alarm Coverage, new emergency lighting to meet current standards and upgrading the current PA system to a PAVA system at the Caird Hall Building, City square, Dundee The requirement is for: The supply & installation of new wired and wireless fire alarm devices and associated equipment linked to existing addressable fire alarm system to extend coverage to meet Category L1/P1/M. Associated electrical installation to meet BS 7671 IET Requirements for Electrical Installations 2018, including all current amendments. New Voice Evacuation system to be designed/installed to encompass designated areas. New Emergency Lighting to meet current standards and be supplied from existing Central Battery system via existing Emergency Lighting DBs. The complete fire alarm and voice evacuation proposals and Contract Works are to be in the form of Contractor Design Portions (CDP) The Emergency Lighting design will remain the responsibility of Dundee City Council, however the Contractor shall work with the Council to ensure a compliant installation. DCC will provide specific and performance requirements that the Contractor shall include within his Design Proposals. These requirements shall be highlighted on and within the Contract Drawings and Specification. The Main Contractor shall be responsible for coordinating their design information with their subcontractor design information and for co-ordination of the various sub-contractor design info. The Main Contractor is also responsible managing the procurement of all proposed materials/equipment and for its installation in line with their programme. The Contractor carrying out electrical alterations to suit new proposals shall be designated "APPROVED" by the National Inspection Council for Electrical Installation Contracting, SELECT or equal and approved and proof of designation shall be submitted to the CA if requested.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-040905
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/029118-2024
- Current Stage
- Award
- All Stages
- Planning, Tender, Award
Procurement Classification
- Notice Type
- Planning Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45312100 - Fire-alarm system installation work
Notice Value(s)
- Tender Value
- £700,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £629,516 £500K-£1M
Notice Dates
- Publication Date
- 11 Sep 20241 years ago
- Submission Deadline
- 14 Mar 2024Expired
- Future Notice Date
- 23 Nov 2023Expired
- Award Date
- 9 May 20241 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
- DUNDEE CITY COUNCIL
- Contact Name
- Donna Johnston
- Contact Email
- donna.johnston@dundeecity.gov.uk
- Contact Phone
- +44 1382434000
Buyer Location
- Locality
- DUNDEE
- Postcode
- DD1 1NZ
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dundee City
- Electoral Ward
- Maryfield
- Westminster Constituency
- Dundee Central
Further Information
Notice URLs
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-040905-2024-09-11T14:37:10+01:00",
"date": "2024-09-11T14:37:10+01:00",
"ocid": "ocds-h6vhtk-040905",
"description": "The Caird Hall is a live events venue which is used regularly throughout the year. As such it may be that the successful contractor will be required to reschedule the programme or timings of certain aspects of the works to meet the needs of the venue and the Service Manager. It is possible that such requests may come at short notice. The works must be delivered with minimum disruptions to users of the building. (SC Ref:777782)",
"initiationType": "tender",
"tender": {
"id": "DCC/CD/219/23",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Upgrade of Fire Alarm and Emergency Lighting and PA to PAVA System at Caird Hall, Dundee, DCC/CD/219/23",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "45312100",
"description": "Fire-alarm system installation work"
},
"mainProcurementCategory": "works",
"description": "Dundee City Council seeks to appoint competent supplier to supply & install increased Fire Alarm coverage, New Emergency Lighting and PAVA system at Caird Hall, Dundee. The programme of works is a 24 weeks.",
"value": {
"amount": 700000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "Dundee City Council have a requirement to provide increased Fire Alarm Coverage, new emergency lighting to meet current standards and upgrading the current PA system to a PAVA system at the Caird Hall Building, City square, Dundee The requirement is for: The supply & installation of new wired and wireless fire alarm devices and associated equipment linked to existing addressable fire alarm system to extend coverage to meet Category L1/P1/M. Associated electrical installation to meet BS 7671 IET Requirements for Electrical Installations 2018, including all current amendments. New Voice Evacuation system to be designed/installed to encompass designated areas. New Emergency Lighting to meet current standards and be supplied from existing Central Battery system via existing Emergency Lighting DBs. The complete fire alarm and voice evacuation proposals and Contract Works are to be in the form of Contractor Design Portions (CDP) The Emergency Lighting design will remain the responsibility of Dundee City Council, however the Contractor shall work with the Council to ensure a compliant installation. DCC will provide specific and performance requirements that the Contractor shall include within his Design Proposals. These requirements shall be highlighted on and within the Contract Drawings and Specification. The Main Contractor shall be responsible for coordinating their design information with their subcontractor design information and for co-ordination of the various sub-contractor design info. The Main Contractor is also responsible managing the procurement of all proposed materials/equipment and for its installation in line with their programme. The Contractor carrying out electrical alterations to suit new proposals shall be designated \"APPROVED\" by the National Inspection Council for Electrical Installation Contracting, SELECT or equal and approved and proof of designation shall be submitted to the CA if requested.",
"status": "cancelled",
"awardCriteria": {
"criteria": [
{
"name": "Delivery of Contract and Quality of Service",
"type": "quality",
"description": "20"
},
{
"name": "Resourcing of Requirements",
"type": "quality",
"description": "20"
},
{
"name": "Programme of Work",
"type": "quality",
"description": "15"
},
{
"name": "Community Benefits Q1",
"type": "quality",
"description": "2"
},
{
"name": "Community Benefits Q2",
"type": "quality",
"description": "1"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "2"
},
{
"type": "price",
"description": "40"
}
]
},
"contractPeriod": {
"durationInDays": 180
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "45312100",
"description": "Fire-alarm system installation work"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"deliveryLocation": {
"description": "Caird Hall, Dundee"
},
"relatedLot": "1"
}
],
"communication": {
"futureNoticeDate": "2023-11-23T00:00:00Z",
"atypicalToolUrl": "https://www.publiccontractsscotland.gov.uk/"
},
"coveredBy": [
"GPA"
],
"participationFees": [
{
"id": "1",
"type": [
"document"
]
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Contractor must hold: Emergency Lighting - SELECT or NICEIC or equivalent Fire Alarm - GENT APPROVED VAR & BE ACCREDITED TO BAFE SP203 a copy of your certificate of incorporation or equivalent.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "The Council will utilise Equifax Score check to assess the Economic and financial standing of organisations bidding for contracts. Tenderers (including all participants in a group) are required to have a Score check Score of 35 or above in order to demonstrate their financial strength and stability. It is recommended that Tenderers review their own Score check score in advance of submitting a Tender Submission. Where the Tenderer does not have a Score check score, or where the Tenderer does not consider that the Score check score reflects their current financial status; the Tenderer may give an explanation within the Tender Submission, together with any relevant supporting alternative evidence which demonstrates its financial strength/stability. Where the Tenderer is under no obligation to publish accounts and therefore does not have a Score check score, they must provide their audited financial accounts for the previous 2 years as part of their SPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size. As an alternative to the above requirement but only for bidders who started trading less than 3 years prior to the return date for the Tender response set out below, those bidders must demonstrate adequate financial capacity for the Contract by the following evidence: A business plan for a minimum 3-year trading period setting out projected annual average turnover; audited or unaudited (if the company has no legal audit requirement) accounts for any years trading to date, and letter of support for the bidder's bank setting out the level of financial support available to the business from the bank and for how long that is available. A bank letter of support should explain the amount and duration of financial support made available to the business by the bank and what information, such as a business plan for the period 01/04/2023 - 31/03/2026 was considered by the bank in deciding to make that support available. These are matters of fact not opinion so should be able to be given by any bank on the authority of their customer. It must be understood, however, that the sufficiency or otherwise of the bank letter can only be judged after submission and assessment of all Questionnaire responses so the provision of as much information as possible is encouraged. All of this information must be in terms entirely satisfactory to the Purchasing Authority. We reserve the right (but are not obliged) to seek additional clarification and/or supporting information from or about the bidder to satisfy us in this regard, for example, a bank reference. Where a Tenderer does not meet the minimum financial requirements in its own right and wishes to rely on the financial standing of a parent company, Tenderers should provide a statement that they commit to obtaining a parent company guarantee in the form attached in the Standard Documents Parent Company Guarantee. Where a consortium bid is received, the Score check score of each consortium member shall be assessed and each must achieve a Score check score of 35 or above. Where a sub-contractor material to the performance of the Contract or where the Tenderer intends to sub-contract more than 25% of any contract value to a single sub-contractor, the Tenderer may be required to confirm that the sub-contractor(s) has a Score check score of 35 or above The Council reserves the right to request one copy of all sub-contractor last 3 financial years' audited accounts and details of significant changes since the last financial year end.",
"minimum": "Equifax Score of 35 or above in order to demonstrate their financial strength and stability. Professional Risk Indemnity Insurance: 2,000,000 GPB in respect of each and every claim Employer's Liability: 1000000 GBP in respect of each and every claim Public Liability: 10,000,000 GBP in respect of each and every claim",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "Bidding organisation to provide relevant examples of supplies and/or services carried out during the last 5 years as specified in the Contract Notice. This will include evidence of previous experience in carrying out installations similar in scale and complexity. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001/14001 (or equivalent),full details are included in the ITT documentation) Tenderers must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO 45001 (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 (full details are included in the ITT documentation)",
"minimum": "Full details are included in the ITT documentation",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "COMMUNITY BENEFITS: Bidding Organisation to deliver 2 Community Benefit activities for the duration of this contract. ENVIRONMENTAL: In accordance with Scotland's Climate Change Commitments, local authorities are expected to assume a leadership role at a local/regional level in terms of responding to the challenges presented by climate change. FAIR WORK FIRST Fair Work First (https://www.gov.scot/publications/fair-work-first-guidance/) is the Scottish Government's policy for driving good quality and fair work in Scotland. Further details are provided at https://www.scottishlivingwage.org/ Full details of Dundee City Council's requirements of successful contractors can be found in the ITT documentation.",
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"tenderPeriod": {
"endDate": "2024-03-14T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"awardPeriod": {
"startDate": "2024-03-14T13:00:00Z"
},
"bidOpening": {
"date": "2024-03-14T13:00:00Z",
"address": {
"streetAddress": "Electronic Postbox"
},
"description": "Category Officer"
},
"hasRecurrence": false
},
"parties": [
{
"id": "GB-FTS-1025",
"name": "Dundee City Council",
"identifier": {
"legalName": "Dundee City Council"
},
"address": {
"streetAddress": "Dundee House, 50 North Lindsay Street",
"locality": "Dundee",
"region": "UKM71",
"postalCode": "DD1 1NZ",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Donna Johnston",
"telephone": "+44 1382434000",
"email": "donna.johnston@dundeecity.gov.uk",
"url": "https://www.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.dundeecity.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-105017",
"name": "Dundee Sherriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dundee Sherriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sherriff Court House, 6 West Bell Street",
"locality": "Dundee",
"postalCode": "DD19AD",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
},
{
"id": "GB-FTS-105018",
"name": "Scottish Court Service",
"identifier": {
"legalName": "Scottish Court Service"
},
"address": {
"streetAddress": "Saughton House, Broomhouse House",
"locality": "Edinburgh",
"postalCode": "EH113XD",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1314443300",
"email": "enquiries@scotscourts.gov.uk"
},
"roles": [
"reviewContactPoint"
]
},
{
"id": "GB-FTS-91778",
"name": "E.W. Edwardson (Electrical Contractors) Limited",
"identifier": {
"legalName": "E.W. Edwardson (Electrical Contractors) Limited"
},
"address": {
"streetAddress": "Boston Rd, Viewfield Industrial Estate, Glenrothes, Fife",
"locality": "Glenrothes",
"region": "UK",
"postalCode": "KY6 2RE",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1592775079"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-1025",
"name": "Dundee City Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000756938"
}
],
"language": "en",
"awards": [
{
"id": "029118-2024-DCC/CD/219/23-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-91778",
"name": "E.W. Edwardson (Electrical Contractors) Limited"
}
]
}
],
"contracts": [
{
"id": "029118-2024-DCC/CD/219/23-1",
"awardID": "029118-2024-DCC/CD/219/23-1",
"status": "active",
"value": {
"amount": 629516.31,
"currency": "GBP"
},
"dateSigned": "2024-05-10T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 2
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 2
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 0
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 2
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 2
}
]
}
}