Award

16/0079 Maintenance & Repair of Fire & Security Systems & Equipment

MORAY COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

The procurement process is led by Moray Council, which is based in Elgin, UK. The tender, titled "16/0079 Maintenance & Repair of Fire & Security Systems & Equipment," falls under the works category within the general public services industry. The procurement method is an open procedure, and the current stage is the Award phase, indicating that contracts have been successfully granted. Key dates include the award period, with the first contract signed on 4th January 2018, and the second on 26th January 2018. All delivery locations are within the Moray region.

This contract presents significant opportunities for businesses specialising in fire detection and alarm systems, as well as CCTV and intruder alarm systems. Small to medium-sized enterprises (SMEs) and larger companies with the necessary certifications and experience will find this tender to be particularly advantageous if they can demonstrate compliance with technical and economic selection criteria, such as a minimum yearly turnover of £600,000 and relevant operational qualifications. The successful completion of such contracts will align with Moray Council's corporate sustainability goals, making it an attractive endeavour for firms committed to community benefits and environmental responsibility.

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

16/0079 Maintenance & Repair of Fire & Security Systems & Equipment

Notice Description

Maintenance & Repair of Fire & Security Systems & Equipment

Lot Information

Lot 2 - 16/0079 Maintenance & Repair of CCTV Systems & Intruder Alarm Systems

Maintenance & Repair of CCTV Systems & Intruder Alarm Systems

Renewal: Option to extend by a further 2 years in annual increments.

Lot 1 - 16/0079 Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment

Lot 1 - 16/0079 Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment

Renewal: Option to extend by a further 2 years in annual increments

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000512247
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314774
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

24 - Chemical products

31 - Electrical machinery, apparatus, equipment and consumables; lighting

50 - Repair and maintenance services


CPV Codes

24951220 - Fire-extinguisher agents

31518200 - Emergency lighting equipment

31625000 - Burglar and fire alarms

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

31625300 - Burglar-alarm systems

50413200 - Repair and maintenance services of firefighting equipment

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£576,426 £500K-£1M

Notice Dates

Publication Date
27 Mar 20187 years ago
Submission Deadline
27 Oct 2017Expired
Future Notice Date
Not specified
Award Date
4 Jan 20188 years ago
Contract Period
Not specified - Not specified
Recurrence
2020

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
MORAY COUNCIL
Contact Name
Not specified
Contact Email
procurement@moray.gov.uk
Contact Phone
+44 1343563137

Buyer Location

Locality
ELGIN
Postcode
IV30 1BX
Post Town
Inverness
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM62 Inverness and Nairn, Moray, and Badenoch and Strathspey

Local Authority
Moray
Electoral Ward
Elgin City North
Westminster Constituency
Moray West, Nairn and Strathspey

Supplier Information

Number of Suppliers
2
Supplier Names

G & A BARNIE GROUP

MORAY FIRE PROTECTION

Further Information

Notice Documents

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-r6ebe6-0000512247-2018-03-27T00:00:00Z",
    "date": "2018-03-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000512247",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-127",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "email": "procurement@moray.gov.uk",
                "telephone": "+44 1343563137",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.moray.gov.uk"
            }
        },
        {
            "id": "org-67",
            "name": "Moray Council",
            "identifier": {
                "legalName": "Moray Council"
            },
            "address": {
                "streetAddress": "High Street",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1BX"
            },
            "contactPoint": {
                "email": "procurement@moray.gov.uk",
                "telephone": "+44 1343563137",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.moray.gov.uk"
            }
        },
        {
            "id": "org-68",
            "name": "Moray Fire Protection Limited",
            "identifier": {
                "legalName": "Moray Fire Protection Limited"
            },
            "address": {
                "streetAddress": "34 Tyock Industrial Estate,ElginMoray.IV30 1XY",
                "locality": "Elgin",
                "region": "UKM62",
                "postalCode": "IV30 1XY"
            },
            "contactPoint": {
                "telephone": "+44 1343545418",
                "faxNumber": "+44 1343545418"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-69",
            "name": "G & A Barnie Group Ltd.",
            "identifier": {
                "legalName": "G & A Barnie Group Ltd."
            },
            "address": {
                "streetAddress": "16 Carsegate Road South, Inverness",
                "locality": "Inverness",
                "region": "UKM62",
                "postalCode": "IV3 8LL"
            },
            "contactPoint": {
                "telephone": "+44 1463710826",
                "faxNumber": "+44 1463710841"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "Moray Council",
        "id": "org-67"
    },
    "tender": {
        "id": "16/0079",
        "title": "16/0079 Maintenance & Repair of Fire & Security Systems & Equipment",
        "description": "Maintenance & Repair of Fire & Security Systems & Equipment",
        "status": "complete",
        "items": [
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "31625300",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Moray"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "31625200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "24951220",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50413200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31518200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Moray"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM62"
                    },
                    {
                        "region": "UKM62"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2017-10-27T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2017-10-27T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT297137",
                "documentType": "contractNotice",
                "title": "16/0079 Maintenance & Repair of Fire & Security Systems & Equipment",
                "description": "Maintenance & Repair of Fire & Security Systems & Equipment",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297137",
                "format": "text/html"
            },
            {
                "id": "MAR314774",
                "documentType": "awardNotice",
                "title": "16/0079 Maintenance & Repair of Fire & Security Systems & Equipment",
                "description": "Maintenance & Repair of Fire & Security Systems & Equipment",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314774",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "2",
                "title": "Lot 2 - 16/0079 Maintenance & Repair of CCTV Systems & Intruder Alarm Systems",
                "description": "Maintenance & Repair of CCTV Systems & Intruder Alarm Systems",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend by a further 2 years in annual increments."
                }
            },
            {
                "id": "1",
                "title": "Lot 1 - 16/0079 Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment",
                "description": "Lot 1 - 16/0079 Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment",
                "status": "complete",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Option to extend by a further 2 years in annual increments"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2017-10-27T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. ESPD.4A.2 - 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.Lot 1 - Contractors must be BAFE and NICEIC or SELECT Approved. Lot 2 - NSI Gold (or as minimum Silver) Intruder Status required - NSI Gold (or as minimum Silver) CCTV status required."
                },
                {
                    "type": "economic",
                    "description": "ESPD.4B.2.1 - Bidders will be required to have a minimum yearly turnover of GBP 600,000 for the last 3 years in the business area covered by the contract. 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: Employer's (Compulsory) Liability Insurance = GBP 5M Public Liability Insurance =GBP 3M http://www.hse.gov.uk/pubns/hse40.pdf \"",
                    "minimum": "Bidders will be required to have a minimum yearly turnover of GBP 600,000 for the last 3 years in the business area covered by the contract. \"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: Employer's (Compulsory) Liability Insurance = GBP 5M Public Liability Insurance =GBP 3M http://www.hse.gov.uk/pubns/hse40.pdf \""
                },
                {
                    "type": "technical",
                    "description": "ESPD.4C.1 - Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. ESPD.4C.2 - Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ESPD.4C.6 - a) Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Lot 1 All operatives working on Emergency Lighting shall hold a current ESC Gold Card. Lot 2 All operatives working on low voltage shall hold a current ESC Gold Card. ESPD.4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ESPD.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: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 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, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement.",
                    "minimum": "Bidders will be required to provide examples of works carried out in the past five years that demonstrate that they have the relevant experience to deliver the work as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Lot 1 All operatives working on Emergency Lighting shall hold a current ESC Gold Card. Lot 2 All operatives working on low voltage shall hold a current ESC Gold Card. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 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: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. 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, 4a The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "31625000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2020"
        }
    },
    "language": "EN",
    "description": "Award against framework: 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. (SC Ref:537086)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512247"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000512247"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "16/0079-1",
            "title": "Lot 1 - 16/0079 Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment",
            "suppliers": [
                {
                    "id": "org-68",
                    "name": "Moray Fire Protection Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "16/0079-2",
            "title": "Lot 2 - 16/0079 Maintenance & Repair of CCTV Systems & Intruder Alarm Systems",
            "suppliers": [
                {
                    "id": "org-69",
                    "name": "G & A Barnie Group Ltd."
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "16/0079-1",
            "awardID": "16/0079-1",
            "title": "Lot 1 - 16/0079 Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment",
            "status": "active",
            "value": {
                "amount": 484270.12,
                "currency": "GBP"
            },
            "dateSigned": "2018-01-04T00:00:00Z"
        },
        {
            "id": "16/0079-2",
            "awardID": "16/0079-2",
            "title": "Lot 2 - 16/0079 Maintenance & Repair of CCTV Systems & Intruder Alarm Systems",
            "status": "active",
            "value": {
                "amount": 92156.04,
                "currency": "GBP"
            },
            "dateSigned": "2018-01-26T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "123",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "124",
                "measure": "bids",
                "value": 3,
                "relatedLot": "2"
            }
        ]
    }
}