Notice Information
Notice Title
MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties
Notice Description
West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year.
Lot Information
Lot 1
The purpose of the tender is to appoint an experienced and qualified contractor to deliver a Measured Term Contract (MTC) for Planned and Reactive Maintenance of Fire and Security Systems West Dunbartonshire Operational Properties this includes fire Alarms, Intruder Alarms, CCTV, Door Entry Systems, Disabled Toilet Alarms, & Panic Alarms. The contract will consist of 24-hour 365 days emergency response service in accordance with the priority schedule detailed in the contract documents to enable emergency work to be carried out in compliance with the Contract Conditions. The property portfolio contains properties with open and closed protocol systems and all these systems are included within the contract. All new equipment should be fully open protocol. Contract duration shall be 24 months with a provision for a possible 2 x 12 month extension and subject to the sole discretion of the Council.
Renewal: Duration includes up to 2 x 12 month extension at discretion of Council.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000565730
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383404
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
31 - Electrical machinery, apparatus, equipment and consumables; lighting
35 - Security, fire-fighting, police and defence equipment
50 - Repair and maintenance services
-
- CPV Codes
31625000 - Burglar and fire alarms
35120000 - Surveillance and security systems and devices
35121700 - Alarm systems
35125300 - Security cameras
50610000 - Repair and maintenance services of security equipment
Notice Value(s)
- Tender Value
- £850,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £1,211,140 £1M-£10M
Notice Dates
- Publication Date
- 10 Mar 20205 years ago
- Submission Deadline
- 5 Aug 2019Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Dec 20196 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Estimated timing for further notices to be published: 2-4 years
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- WEST DUNBARTONSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- DUMBARTON
- Postcode
- G82 1QL
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM31 East Dunbartonshire and West Dunbartonshire
- Delivery Location
- TLM81 East Dunbartonshire, West Dunbartonshire, and Helensburgh and Lomond
-
- Local Authority
- West Dunbartonshire
- Electoral Ward
- Dumbarton
- Westminster Constituency
- West Dunbartonshire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358844
MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties - West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375799
MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties - West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383404
MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties - West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year.
Notice URLs
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-r6ebe6-0000565730-2020-03-10T00:00:00Z",
"date": "2020-03-10T00:00:00Z",
"ocid": "ocds-r6ebe6-0000565730",
"initiationType": "tender",
"parties": [
{
"id": "org-57",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "aileen.toland@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"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.west-dunbarton.gov.uk"
}
},
{
"id": "org-79",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "rebecca.hall@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody",
"reviewBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.west-dunbarton.gov.uk"
}
},
{
"id": "org-80",
"name": "ADT Fire and Security",
"identifier": {
"legalName": "ADT Fire and Security"
},
"address": {
"streetAddress": "Kilmartin Place, Uddingston",
"locality": "Glasgow",
"region": "UK",
"postalCode": "G71 5PH"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-152",
"name": "West Dunbartonshire Council",
"identifier": {
"legalName": "West Dunbartonshire Council"
},
"address": {
"streetAddress": "16 Church Street",
"locality": "Dumbarton",
"region": "UKM81",
"postalCode": "G82 1QL"
},
"contactPoint": {
"email": "angus.cameron@west-dunbarton.gov.uk",
"telephone": "+44 1389737000",
"url": "http://"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.west-dunbarton.gov.uk"
}
},
{
"id": "org-221",
"name": "ADT Fire & Security",
"identifier": {
"legalName": "ADT Fire & Security"
},
"address": {
"streetAddress": "Tannochside Park, Uddingston",
"locality": "Glasgow",
"region": "UKM",
"postalCode": "G71 5PH"
},
"contactPoint": {
"telephone": "+44 1162641762"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-135",
"name": "Dumbarton Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Dumbarton Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House, Church Street",
"locality": "Dumbarton",
"postalCode": "G82 1QR"
},
"contactPoint": {
"telephone": "+44 1389763266",
"faxNumber": "+44 1389764085",
"url": "http://www.nhsgoldenjubilee.co.uk/home/"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "West Dunbartonshire Council",
"id": "org-152"
},
"tender": {
"id": "1819-10 (Project 12291)",
"title": "MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties",
"description": "West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "35120000",
"scheme": "CPV"
},
{
"id": "35125300",
"scheme": "CPV"
},
{
"id": "31625000",
"scheme": "CPV"
},
{
"id": "35121700",
"scheme": "CPV"
},
{
"id": "50610000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM81"
},
{
"region": "UKM81"
},
{
"region": "UKM81"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 850000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2019-08-05T12:00:00Z"
},
"awardPeriod": {
"startDate": "2019-08-05T12:00:00Z"
},
"documents": [
{
"id": "JUL358844",
"documentType": "contractNotice",
"title": "MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties",
"description": "West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL358844",
"format": "text/html"
},
{
"id": "DEC375799",
"documentType": "awardNotice",
"title": "MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties",
"description": "West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC375799",
"format": "text/html"
},
{
"id": "MAR383404",
"documentType": "awardNotice",
"title": "MTC Planned&Reactive Maintenance of Fire&Security Systems West Dunbartonshire Operational Properties",
"description": "West Dunbartonshire Council is seeking to appoint a suitably qualified and experienced contractor for planned and reactive maintenance of fire and security systems in non domestic (operational) properties throughout West Dunbartonshire. Contract includes the review, maintain and updating of the asset register and associated drawings throughout the contract duration. The contract will operate 7 days a week, 365 days a year.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383404",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The purpose of the tender is to appoint an experienced and qualified contractor to deliver a Measured Term Contract (MTC) for Planned and Reactive Maintenance of Fire and Security Systems West Dunbartonshire Operational Properties this includes fire Alarms, Intruder Alarms, CCTV, Door Entry Systems, Disabled Toilet Alarms, & Panic Alarms. The contract will consist of 24-hour 365 days emergency response service in accordance with the priority schedule detailed in the contract documents to enable emergency work to be carried out in compliance with the Contract Conditions. The property portfolio contains properties with open and closed protocol systems and all these systems are included within the contract. All new equipment should be fully open protocol. Contract duration shall be 24 months with a provision for a possible 2 x 12 month extension and subject to the sole discretion of the Council.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery/Methodology",
"description": "12"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "Duration includes up to 2 x 12 month extension at discretion of Council."
}
}
],
"bidOpening": {
"date": "2019-08-05T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "A set of Key Performance Indicators (KPI's) will be used to manage the contracts and monitor performance. These are detailed below as a minimum. Additional KPI's may be agreed at pre-contract start meeting or at any time during the contract period: Invoice/Claim Accuracy -Management Information - Completion of Works - Timescales - Innovation/Improvement - Safety Compliance/Certification - Social /Community Benefits"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD Question 4A.2, 4A.2.1 and 4A.2.2 of the ESPD Bidders, or their nominated sub-contractors must be suitably accredited to the following standards or equal: Accreditation Certificates BAFE Scheme: SP203-1 Fire Detection and Alarm Systems NSI(NACOSS: Gold or Silver)"
},
{
"type": "economic",
"description": "ESPD Question 4B.1.1 - The bidder should provide its yearly annual turnover for the number of financial years specified in this contract notice. ESPD Question 4B.2 - In case the information concerning turnover is not available for the entire period required, please state the date on which the bidder was set up or started trading. ESPD Questions 4B.5.1 and 4B.5.2 - The bidder confirms they already have or can obtain, prior to the commencement of the contract, the levels of insurance cover indicated in this contract notice.",
"minimum": "With reference to ESPD questions: 4B.1,& 4B.2 Turnover - Bidders must demonstrate and annual turnover for each of the two previous years of greater than two times the annual value of contract on offer est.202,000 GBP, therefore a turnover of 408,000 GBP is required 4B.4 Ratios - a Pass in any two of the three ratios as an overall Pass for Economic and Financial standing . - (Ratio 1) Acid Test - (Current Assets-stock)/Current Liabilities. To pass the Acid Test Ratio question the bidder must have a score of greater than 1. - (Ratio 2) Return on Capital Employed %- Profit/Capital employed. To pass this question the Council require the bidder to score a positive figure/Percentage. - (Ratio 3) Current Ratio - Current Assets/Liabilities. To pass this question the Council require the bidder to achieve a score of greater than 1. WDC will use template WD09 - WDC Financial Vetting Questionnaire, it is recommended that candidates review their own ratio scores in advance of submitting their tender. In the event that a firm does not meet the financial criteria for consideration but has a parent company that does, the firm may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee WD04 - Parent Company Guarantee refers. Should after review of the financial evaluation of bidder fail, then the tender submission may be rejected. Insurance 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: Q4B.5.1-Employers Liability Insurance - 10 million GBP http://www.hse.gov.uk/pubns/hse40.pdf Q4B.5.2-Public Liability Insurance - 10 million GBP each Q4B.5.2- Contractors All Risk - All risk policy level of cover 10 million GBP Documentation requested for the above insurances should include name of insurers, policy numbers, expiry date and limits of any one incident and annual aggregate caps and the excesses under the policies."
},
{
"type": "technical",
"description": "ESPD Question 4C.1.2 - Please provide relevant examples of supplies and/or services carried out during the last three years as specified in this contract notice. ESPD Question 4C.10 - Please provide details of the proportion (ie percentage) of the contract that you intend to subcontract. ESPD Question 4D.1 - Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required quality assurance standards. ESPD Question 4D.1.1 - If not, please explain why and specify which other means of proof concerning the quality assurance scheme can be provided. ESPD Question 4D.2 - Will the bidder be able to produce certificates drawn up by independent bodies attesting that the bidder complies with the required environmental management systems or standards. ESPD Question 4D.2.1 - If not, please explain why and specify which other means of proof concerning the quality assurance scheme can be provided.",
"minimum": "These questions will be scored in line with \"Evaluation Methodology\" as detailed in WD01 however a minimum \"pass\" threshold of 2 acceptable(50%) must be achieved or the tenderer will have failed to meet the Council's requirements and therefore will not progress to stage 2 \"award criteria (Technical & Commercial envelopes)ESPD Question 4C.1.2 - Bidders are required to provide 2 satisfactory examples within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of this Contract Notice or the relevant section of the Site Notice. The experience provided will be for projects of a similar value, size and scope. Unsatisfactory experience will result in a fail and exclusion from the tender process. The Council reserves the right to contact any or all of the companies provided in previous works examples to ascertain performance and visit their premises, bidders should ensure that companies listed would be willing to discuss the bidders performance with the Council. ESPD Question 4C.10 -Bidders will be required to confirm whether they intend to subcontract and, if so, what proportion of the contract. If you intend to subcontract any share of the contract to third parties on whose capacity you rely on to satisfy the selection criteria you must secure that each subcontractor completes a separate ESPD (Scotland) response for all parts of the ESPD (Scotland) Qualification ESPD Question 4D.1- Bidders are required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control. ESPD Question 4D.1 Quality Management Procedures Quality Management 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. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Quality Management Standards BAFE Scheme:SP203-1 NSI/NACOSS: Gold or Silver Health & Safety Procedures 1. 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 2. A Health & Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. ESPD Question 4D.2 Environmental Management Standards 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, OR 2. An Environmental Management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "50610000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Estimated timing for further notices to be published: 2-4 years"
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:617558)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565730"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565730"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000565730"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "Project:12291 (itt 27137)",
"suppliers": [
{
"id": "org-80",
"name": "ADT Fire and Security"
}
],
"relatedLots": [
"1"
]
},
{
"id": "Project_12291",
"suppliers": [
{
"id": "org-221",
"name": "ADT Fire & Security"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "Project:12291 (itt 27137)",
"awardID": "Project:12291 (itt 27137)",
"status": "active",
"value": {
"amount": 408755,
"currency": "GBP"
},
"dateSigned": "2019-12-16T00:00:00Z"
},
{
"id": "Project_12291",
"awardID": "Project_12291",
"status": "active",
"value": {
"amount": 802385,
"currency": "GBP"
},
"dateSigned": "2019-12-16T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2019/S 124-303286"
}
],
"bids": {
"statistics": [
{
"id": "110",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "111",
"measure": "smeBids",
"value": 4,
"relatedLot": "1"
},
{
"id": "589",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "590",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "591",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "592",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "593",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}