Tender

Maintenance of Honeywell Gent Fire Alarm Installations in South Lanarkshire Council Properties

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Tender

18 Dec 2025 at 13:17

Planning

16 Jan 2025 at 16:55

Summary of the contracting process

South Lanarkshire Council is currently in the tender stage of a procurement process for the maintenance of Honeywell Gent fire alarm installations across approximately 100 properties in the area, including South Lanarkshire Council properties. This procurement, titled "Maintenance of Honeywell Gent Fire Alarm Installations in South Lanarkshire Council Properties," falls within the alarm-monitoring services industry category. The process follows an open procedure and will be conducted electronically via PCS-Tender. The deadline for tender submissions is 23rd January 2026, with the evaluation process to commence at the same date and time at 12:00 GMT. The contract is valued at £1,750,000 and will run for three years, with an optional extension of up to 36 months. The main goal is to source a Honeywell Gent Approved Partner who can guarantee 24/7, year-round service, including maintenance, alarm monitoring, and potential installation upgrades.

This tender represents a strategic opportunity for businesses in the alarm-monitoring services sector to expand their portfolio and secure a long-term contract with a regional authority. Companies that are Honeywell Gent Approved Partners would be well-suited to compete, particularly those that possess strong technical expertise in alarm system maintenance and installation. The open tender process evaluates based on the Most Economically Advantageous Tender (MEAT) criteria, where both quality and price play critical roles. This tender requires service providers to offer a comprehensive package of emergency callout services and regular maintenance, making it ideal for businesses that can offer robust infrastructure service support across scattered locations. Additionally, the inclusion of community benefits offers a chance for businesses to further enhance their local impact and strengthen ties with the council through community-focused initiatives.

How relevant is this notice?

Notice Information

Notice Title

Maintenance of Honeywell Gent Fire Alarm Installations in South Lanarkshire Council Properties

Notice Description

The Council requires a Honeywell Gent Approved Partner who can provide the following service requirements across approximately 100 properties; -24/7 coverage 365 days per year (including emergency call out response) -Two service visits per year to each property - All Callouts and associated Labour including any parts required to make good faulty equipment -Ongoing maintenance requirements to fully uphold the installations listed including fitting any new Gent parts -Ongoing Alarm Monitoring -System Takeover (inclusive of any alarm programme changes) -Upgrade Installations.

Lot Information

Lot 1

This contract will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria under regulation 28 of the Public Contracts (Scotland) Regulations 2015 which enables the Council to take account of criteria that reflect qualitative technical aspects of the tender submission as well as price when reaching an awarding decision. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. As part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the contract including Fair Work First and Community Benefits. As part of Stage 3 the bidders will then be required to complete a Commercial response based on services required. As part of the tender evaluation process the Council will then request evidence from the recommended bidders prior to being appointed. The form of contract will be The form of contract will be the Measured Term Contract (MTC/Scot) 2011 Edition). The is anticipated that the contract term will be for 3 years with an optional extension of up to 36 months.

Renewal: The Council have the option to extend for up to 24 months.

Notice Details

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d3e2
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/084377-2025
Current Stage
Tender
All Stages
Planning, Tender

Procurement Classification

Notice Type
Planning Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79711000 - Alarm-monitoring services

Notice Value(s)

Tender Value
£1,750,000 £1M-£10M
Lots Value
£1,750,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Dec 20251 weeks ago
Submission Deadline
23 Jan 20264 weeks to go
Future Notice Date
7 Mar 2025Expired
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Renewal of the Contract will commence prior to the conclusion of this Contract. If the Council do not take up the extension option, renewal will commence 2028. If the extension option is exercised, renewal will commence 2030.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Buyer & Supplier

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Steven McMichael
Contact Email
steven.mcmichael@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

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-04d3e2-2025-12-18T13:17:28Z",
    "date": "2025-12-18T13:17:28Z",
    "ocid": "ocds-h6vhtk-04d3e2",
    "description": "It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime - Information Sharing Protocol form for evaluation prior to any award being made. 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 Question 3A.6 - Modern Slavery Act 2015 Declaration SPD Questions 3A.1 to 3A.8 - Serious and Organised Crime Declaration SPD Questions 3A1 to 3A.8 - Serious and Organised Crime - Information Sharing Protocol with Police Scotland Form SPD Question 3C.1 - Blacklisting in the Construction Industry Declaration SPD Question 3D.11 - Non-Collusion Certificate SPD Question 4B.5.1 -Insurance Certificates - Employer's Liability - 10000000 GBP - Public Liability - 50000000 GBP The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29589. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: A summary of the expected community benefits are as detailed within the tender documents and must meet a minimum of 100 Community Benefits Points. (SC Ref:817552)",
    "initiationType": "tender",
    "tender": {
        "id": "SLC/HT/24/083",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Maintenance of Honeywell Gent Fire Alarm Installations in South Lanarkshire Council Properties",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79711000",
            "description": "Alarm-monitoring services"
        },
        "mainProcurementCategory": "services",
        "description": "The Council requires a Honeywell Gent Approved Partner who can provide the following service requirements across approximately 100 properties; -24/7 coverage 365 days per year (including emergency call out response) -Two service visits per year to each property - All Callouts and associated Labour including any parts required to make good faulty equipment -Ongoing maintenance requirements to fully uphold the installations listed including fitting any new Gent parts -Ongoing Alarm Monitoring -System Takeover (inclusive of any alarm programme changes) -Upgrade Installations.",
        "lots": [
            {
                "id": "1",
                "description": "This contract will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria under regulation 28 of the Public Contracts (Scotland) Regulations 2015 which enables the Council to take account of criteria that reflect qualitative technical aspects of the tender submission as well as price when reaching an awarding decision. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. As part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the contract including Fair Work First and Community Benefits. As part of Stage 3 the bidders will then be required to complete a Commercial response based on services required. As part of the tender evaluation process the Council will then request evidence from the recommended bidders prior to being appointed. The form of contract will be The form of contract will be the Measured Term Contract (MTC/Scot) 2011 Edition). The is anticipated that the contract term will be for 3 years with an optional extension of up to 36 months.",
                "status": "active",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "value": {
                    "amount": 1750000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council have the option to extend for up to 24 months."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed",
                    "electronicCataloguePolicy": "required"
                },
                "hasOptions": false
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79711000",
                        "description": "Alarm-monitoring services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "communication": {
            "futureNoticeDate": "2025-03-07T00:00:00Z"
        },
        "coveredBy": [
            "GPA"
        ],
        "value": {
            "amount": 1750000,
            "currency": "GBP"
        },
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "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. 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.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "minimum": "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."
                }
            ]
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "tenderPeriod": {
            "endDate": "2026-01-23T12:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "awardPeriod": {
            "startDate": "2026-01-23T12:00:00Z"
        },
        "bidOpening": {
            "date": "2026-01-23T12:00:00Z"
        },
        "hasRecurrence": true,
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "Court of Session Parliament House Parliament Square Edinburgh EH1 1RQ +44 1312252595 supreme.courts@scotcourts.gov.uk",
        "recurrence": {
            "description": "Renewal of the Contract will commence prior to the conclusion of this Contract. If the Council do not take up the extension option, renewal will commence 2028. If the extension option is exercised, renewal will commence 2030."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-135282",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "12th Floor",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Steven McMichael",
                "email": "steven.mcmichael@southlanarkshire.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.southlanarkshire.gov.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
                "classifications": [
                    {
                        "id": "REGIONAL_AUTHORITY",
                        "scheme": "TED_CA_TYPE",
                        "description": "Regional or local authority"
                    },
                    {
                        "id": "01",
                        "scheme": "COFOG",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-4311",
            "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": "hamiltoncivil@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-135282",
        "name": "South Lanarkshire Council"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000788079"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000788079"
        }
    ],
    "language": "en"
}