Notice Information
Notice Title
Warden Call Maintenance, Servicing and Reactive Repairs
Notice Description
The Planned Preventative Maintenance and Reactive Repairs to the Warden Call System & Door Entry System within Sheltered Housing Properties.
Lot Information
Lot 1
The works will comprise both planned and reactive maintenance of the access control systems and warden call systems, refer to bill numbers 3 and 4 for the scope and location of works.. 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.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000538102
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL324671
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50000000 - Repair and maintenance services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £97,500 Under £100K
Notice Dates
- Publication Date
- 10 Jul 20187 years ago
- Submission Deadline
- 14 Jun 2018Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Jul 20187 years ago
- Contract Period
- 2 Jul 2018 - 28 Apr 2023 4-5 years
- 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
- Jenny Thomson
- Contact Email
- gillian.gordon@renfrewshire.gov.uk, jenny.thomson@renfrewshire.gov.uk
- Contact Phone
- +44 1416187043, +44 1416187245
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=MAY320592
Warden Call Maintenance, Servicing and Reactive Repairs - The Planned Preventative Maintenance and Reactive Repairs to the Warden Call System & Door Entry System within Sheltered Housing Properties. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL324671
Warden Call Maintenance, Servicing and Reactive Repairs - The Planned Preventative Maintenance and Reactive Repairs to the Warden Call System & Door Entry System within Sheltered Housing Properties.
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-r6ebe6-0000538102-2018-07-10T00:00:00Z",
"date": "2018-07-10T00:00:00Z",
"ocid": "ocds-r6ebe6-0000538102",
"initiationType": "tender",
"parties": [
{
"id": "org-2",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Jenny Thomson",
"email": "jenny.thomson@renfrewshire.gov.uk",
"telephone": "+44 1416187245",
"faxNumber": "+44 1416187050",
"url": "https://publictendersscotland.publiccontrasscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-4",
"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-3",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "Gillian.gordon@renfrewshire.gov.uk",
"telephone": "+44 1416187043",
"faxNumber": "+44 1416187050",
"url": "http://"
},
"roles": [
"buyer",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local agency/office",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
},
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-313",
"name": "Invincible Security Ltd",
"identifier": {
"legalName": "Invincible Security Ltd"
},
"address": {
"streetAddress": "Harbour Lane",
"locality": "Ardrossan",
"region": "UKM93",
"postalCode": "KA22 8BU"
},
"contactPoint": {
"telephone": "+44 1294474040"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-314",
"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-3"
},
"tender": {
"id": "RC-CPU-17-169",
"title": "Warden Call Maintenance, Servicing and Reactive Repairs",
"description": "The Planned Preventative Maintenance and Reactive Repairs to the Warden Call System & Door Entry System within Sheltered Housing Properties.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Renfrewshire"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2018-06-14T12:00:00Z"
},
"awardPeriod": {
"startDate": "2018-06-14T12:00:00Z"
},
"documents": [
{
"id": "MAY320592",
"documentType": "contractNotice",
"title": "Warden Call Maintenance, Servicing and Reactive Repairs",
"description": "The Planned Preventative Maintenance and Reactive Repairs to the Warden Call System & Door Entry System within Sheltered Housing Properties.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY320592",
"format": "text/html"
},
{
"id": "JUL324671",
"documentType": "awardNotice",
"title": "Warden Call Maintenance, Servicing and Reactive Repairs",
"description": "The Planned Preventative Maintenance and Reactive Repairs to the Warden Call System & Door Entry System within Sheltered Housing Properties.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL324671",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The works will comprise both planned and reactive maintenance of the access control systems and warden call systems, refer to bill numbers 3 and 4 for the scope and location of works.. 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.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2018-07-02T00:00:00Z",
"endDate": "2023-04-28T00:00:00Z"
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2018-06-14T12:00:00Z",
"address": {
"streetAddress": "Renfrewshire House, Cotton Street, Paisley, PA1 1KB"
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Contract Performance Conditions are as stated within 32897 Warden Call System bill number 1 preliminaries document located within the Supplier Attachment Area of the Public Contracts Scotland - Tender portal."
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "4A.1 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. 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."
},
{
"type": "economic",
"description": "4B1.1 Bidder's will be required to have a minimum \"general\" yearly turnover of 195,000 GBP for the last two (2) years. 4B.3 Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. 4B.5.1 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: Employers liability - statutory 5m GBP, each and every claim Public and products liability - minimum 5m GBP, each and every claim, but in the aggregate for products Professional indemnity - minimum 5m GBP each and every claim (but will accept cover in the aggregate so long as at least one automatic annual reinstatement of this sum is permitted within the policy terms) Statutory third party motor vehicle insurance - evidenced by way of a valid MV certificate in the company name, OR where there is no company fleet and employees use their own vehicles instead, a letter signed by a person of appropriate authority confirming that the provider has ongoing arrangements in place to ensure that employees' vehicles are appropriately insured and maintained for business purposes 4B.6 The Council will use a Dun & Bradstreet (D&B) Failure Score of 20 or above. It is recommended that Bidder's review their own D&B Failure Score in advance of submitting their ESPD Submission. If, following this review, Bidder's consider that the D&B Failure Score does not reflect their current financial status; the Bidder should give an explanation within the ESPD Submission, together with any relevant supporting independent evidence. Where the Bidder 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 Bidder 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 Bidder intends to sub-contract more than 25% of any contract value of a single sub-contractor, the Bidder 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": "4B.1.1 Bidders must evidence a good credit rating and a general annual turnover of at least 195,000 GBP for their last two financial years. Tenderers are therefore required to detail their (\"general\") yearly turnover for each of their previous two financial years. Bidders who commenced trading within the last two years and therefore unable to provide information for the timeframe stipulated must detail the date they started trading within their submission. Any Bidder unable to demonstrate the required general annual turnover stated to the Councils satisfaction of the Council will be assessed as a FAIL and will be excluded from the Procurement Process. 4B.5.1 Bidders unable to commit to obtain the levels of insurance detailed above may be assessed as a FAIL and be excluded from the Procurement Process. 4B.6 Bidders 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. Bidders 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. Bidders 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 - Warden Call Maintenance, Servicing and Reactive Repairs located within the Public Contracts Scotland - Tender platform."
},
{
"type": "technical",
"description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.41 of the OJEU Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1/4D.2 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 - Warden Call Maintenance, Servicing and Reactive Repairs within the Public Contracts Scotland - Tender platform.",
"minimum": "4C.1.2 Bidders are required to provide a minimum of two examples of Similar Projects completed within the last three years. Bidders who fail to provide evidence of delivering similar projects that they have experience may be assessed as a FAIL and excluded from the Procurement Process. 4C.10 Bidders are required to confirm whether they intend to subcontract and, if so, what proportion of the contract will be sub-contracted. Bidders who fail to demonstrate the percentage of services to be sub-contracted may be assessed as a FAIL and be excluded from the Procurement Process. 4D.1 / 4D.2 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 - Warden Call Maintenance, Servicing and Reactive Repairs 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 - Warden Call Maintenance, Servicing and Reactive Repairs within the Public Contracts Scotland - Tender platform."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2018-11-12T00:00:00Z"
}
},
"classification": {
"id": "50000000",
"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": "Award against framework: 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 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. (SC Ref:549776)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000538102"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000538102"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-17-169",
"suppliers": [
{
"id": "org-313",
"name": "Invincible Security Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-17-169",
"awardID": "RC-CPU-17-169",
"status": "active",
"value": {
"amount": 97500,
"currency": "GBP"
},
"dateSigned": "2018-07-09T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "499",
"measure": "bids",
"value": 5,
"relatedLot": "1"
},
{
"id": "500",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "501",
"measure": "electronicBids",
"value": 5,
"relatedLot": "1"
}
]
}
}