Notice Information
Notice Title
Upgrade of Multi Storey Fire Alarm Systems
Notice Description
This procurement procedure is for the selection of a suitable and experienced contractor to undertake works in relation to the upgrade of Multi-storey fire alarm systems at nine (9) locations within Paisley, Renfrewshire.
Lot Information
Lot 1
Works within the project include but are not limited to the installation of a fire alarm panels, smoke / heat detection equipment, signage, sounders as instructed. Works are scheduled for commencement on 09 July 2018 with project completion by no later than 01 February 2019. Actual dates will be confirmed within the Letter of Acceptance issued to the Successful Tenderer.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000537484
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334471
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
-
- CPV Codes
31625200 - Fire-alarm systems
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £188,762 £100K-£500K
Notice Dates
- Publication Date
- 17 Oct 20187 years ago
- Submission Deadline
- 24 Apr 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 25 Jun 20187 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Brian Bradley
- Contact Email
- brian.bradley@renfrewshire.gov.uk, euan.walker@renfrewshire.gov.uk
- Contact Phone
- +44 1416185638, +44 1416187791
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR315031
Upgrade of Multi Storey Fire Alarm Systems - This procurement procedure is for the selection of a suitable and experienced contractor to undertake works in relation to the upgrade of Multi-storey fire alarm systems at nine (9) locations within Paisley, Renfrewshire. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334471
Upgrade of Multi Storey Fire Alarm Systems - This procurement procedure is for the selection of a suitable and experienced contractor to undertake works in relation to the upgrade of Multi-storey fire alarm systems at nine (9) locations within Paisley, Renfrewshire.
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-r6ebe6-0000537484-2018-10-17T00:00:00Z",
"date": "2018-10-17T00:00:00Z",
"ocid": "ocds-r6ebe6-0000537484",
"initiationType": "tender",
"parties": [
{
"id": "org-13",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "euan.walker@renfrewshire.gov.uk",
"telephone": "+44 1416187791",
"faxNumber": "+44 1416187050",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-14",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-90",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Brian Bradley",
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 1416185638",
"faxNumber": "+44 1416187050",
"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.renfrewshire.gov.uk"
}
},
{
"id": "org-154",
"name": "Maclin Electric Ltd",
"identifier": {
"legalName": "Maclin Electric Ltd"
},
"address": {
"streetAddress": "Block 2 Unit 3, Inveresk Industrial Estate",
"locality": "Musselburgh",
"region": "UKM",
"postalCode": "EH21 7UL"
},
"contactPoint": {
"telephone": "+44 1316659991",
"faxNumber": "+44 1316532589"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-155",
"name": "Please see Section VI.4.3",
"identifier": {
"legalName": "Please see Section VI.4.3"
},
"address": {
"locality": "Please see Section VI.4.3"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-90"
},
"tender": {
"id": "RC-CPU-17-179",
"title": "Upgrade of Multi Storey Fire Alarm Systems",
"description": "This procurement procedure is for the selection of a suitable and experienced contractor to undertake works in relation to the upgrade of Multi-storey fire alarm systems at nine (9) locations within Paisley, Renfrewshire.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31625200",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Paisley"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-04-24T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-04-24T12:30:00Z"
},
"documents": [
{
"id": "MAR315031",
"documentType": "contractNotice",
"title": "Upgrade of Multi Storey Fire Alarm Systems",
"description": "This procurement procedure is for the selection of a suitable and experienced contractor to undertake works in relation to the upgrade of Multi-storey fire alarm systems at nine (9) locations within Paisley, Renfrewshire.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR315031",
"format": "text/html"
},
{
"id": "OCT334471",
"documentType": "awardNotice",
"title": "Upgrade of Multi Storey Fire Alarm Systems",
"description": "This procurement procedure is for the selection of a suitable and experienced contractor to undertake works in relation to the upgrade of Multi-storey fire alarm systems at nine (9) locations within Paisley, Renfrewshire.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT334471",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Works within the project include but are not limited to the installation of a fire alarm panels, smoke / heat detection equipment, signage, sounders as instructed. Works are scheduled for commencement on 09 July 2018 with project completion by no later than 01 February 2019. Actual dates will be confirmed within the Letter of Acceptance issued to the Successful Tenderer.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 210
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-04-24T12:30:00Z",
"address": {
"streetAddress": "Renfrewshire House, Cotton Street, Paisley, PA1 1JB"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"performanceTerms": "Contract Performance Conditions are as stated within the Preliminaries document located within the Public Contracts Scotland - Tender platform."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "It is a requirement of this contract that Tenderers 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 - 5,000,000 GBP Public Liability Insurance - 5,000,000 GBP Contractors All Risk Insurance - 215,000 GBP Statutory Third Party Motor Vehicle Insurance ----- The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Tenderers review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Tenderers consider that the D&B Failure Score does not reflect their current financial status; the Tenderer should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence. Where the Tenderer is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they must provide their audited financial accounts for the previous 2 years as part of their ESPD Submission in order that the Council may assess these to determine the suitability of the Tenderer to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Where the Tenderer intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Tenderer may be required to provide a D&B comprehensive report on all the sub-contractors they intend to utilise. The Council reserves the right to request one copy of all sub-contractor last 2 financial years' audited accounts and details of significant changes since the last financial year end.",
"minimum": "Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract the stated level of insurance provision. Tenderers unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the Procurement Process. ----- Tenderers who do not achieve a minimum D&B failure score of 20 and above and fail to provide any additional explanation or supporting information will be assessed as a FAIL and will be excluded from the Procurement Process. Tenderers who do not provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the ESPD Submission deadline will be assessed as a FAIL and will be excluded from the Procurement Process. Tenderers that do provide sufficient financial information as they consider that their D&B Failure Score does not reflect their current financial status by the ESPD Submission deadline however fail to satisfy the Council that they have sufficient financial standing to undertake requirements within this procurement exercise will be assessed as a FAIL and will be excluded from the Procurement Process. ----- Full details of minimum requirements and assessment criteria in regards to Economic and Financial Standing is located within condition 3.2 of the document entitled \"ITT - Fire Alarm Systems Upgrade\" located within the Public Contracts Scotland - Tender platform."
},
{
"type": "technical",
"description": "Tenderers 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. ----- Tenderers will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ----- Tenderers will be required to confirm their average annual manpower for the last three years. ----- Tenderers will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Contract Notice or the relevant section of the Site Notice ----- Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within condition 3.2 of the document \"ITT - Fire Alarm Systems Upgrade\" located within the Public Contracts Scotland - Tender platform.",
"minimum": "Tenderers are required to provide a minimum of two examples of Similar Projects as stated in the Statement of Requirements completed within the last five years. ----- Tenderers should provide details of the key persons employed within their organisation who could be responsible for the delivery of this project. ----- Tenderers are required to provide a statement detailing their supply chain and contract management procedures that they currently have in place and detail how these procedures would be utilised to deliver the requirements of this project. ----- Tenderers are required to confirm their average annual manpower for the last three years. ----- Tenderers are required to confirm that they have (or have access to) the relevant tools, plant or technical equipment to fully deliver the statement of requirements and provide detail of the tools, plant or technical equipment available. ----- Tenderers are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted ----- Full details of minimum requirements and assessment criteria in regards to Quality Assurance, Health and Safety and Environmental Management is located within condition 3.2 of the document entitled \"ITT - Fire Alarm Systems Upgrade\" located within the Public Contracts Scotland - Tender platform. ----- Full details of minimum requirements and assessment criteria in regards to Technical and professional ability is located within condition 3.2 of the document entitled \"ITT - Fire Alarm Systems Upgrade\" located within the Public Contracts Scotland - Tender platform."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-09-21T00:00:00Z"
}
},
"classification": {
"id": "31625200",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (as amended) may bring proceedings in the Sheriff Court or the Court of Session.",
"hasRecurrence": false
},
"language": "EN",
"description": "Late Tender Submissions will not be considered under any circumstances. The Council will not provide additional notification to any Tenderer of the rejection of a late Tender Submission. If the Council receives any hard copy documents which are not connected to the receipt of a valid, on time, Tender Submission then the hard copy documents will be returned. For the avoidance of any doubt, automated messages confirming receipt of a Tender Submission should not be taken to imply acceptance of it by the Council. ----- Tenderers must complete the ESPD within the Qualification Envelope as part of their Tender Submission. ----- Tenderers 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. This will be addressed within Part 3 of the ESPD contained within the Qualification Envelope. ----- Tenderers are encouraged to familiarise themselves with the guidance and evaluation methodology found within condition 3.3 of the document entitled \"ITT - Fire Alarm Systems Upgrade\" located within the Public Contracts Scotland - Tender platform. (SC Ref:561225)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000537484"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000537484"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-17-179",
"suppliers": [
{
"id": "org-154",
"name": "Maclin Electric Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-17-179",
"awardID": "RC-CPU-17-179",
"status": "active",
"value": {
"amount": 188762.94,
"currency": "GBP"
},
"dateSigned": "2018-06-25T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "239",
"measure": "bids",
"value": 8,
"relatedLot": "1"
}
]
}
}