Notice Information
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 EquipmentLot 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
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT297137
16/0079 Maintenance & Repair of Fire & Security Systems & Equipment - Maintenance & Repair of Fire & Security Systems & Equipment -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR314774
16/0079 Maintenance & Repair of Fire & Security Systems & Equipment - Maintenance & Repair of Fire & Security Systems & Equipment
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-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"
}
]
}
}