Award

Closed Circuit Television (CCTV) and related Security and Life Safety Systems 2019 - 2024

NORTH LANARKSHIRE COUNCIL

This public procurement record has 7 releases in its history.

Award

06 Dec 2019 at 00:00

TenderUpdate

19 Apr 2019 at 00:00

TenderUpdate

19 Apr 2019 at 00:00

TenderUpdate

11 Apr 2019 at 00:00

TenderUpdate

05 Apr 2019 at 00:00

TenderUpdate

05 Apr 2019 at 00:00

Tender

15 Mar 2019 at 00:00

Summary of the contracting process

North Lanarkshire Council is initiating a procurement process to award a contract for the provision of Closed Circuit Television (CCTV) and related Security and Life Safety Systems for the period of 2019 to 2024. The contract will involve ongoing servicing, repairing, maintenance, and installation of these systems across the North Lanarkshire area, explicitly at the Council's Outdoor Centre in Kilbowie, Oban. The submission deadline for tender applications is 15th April 2019, and the procurement method is a selective restricted procedure. This project falls under the services category, with a total estimated value of £14.35 million.

This contract offers significant opportunities for businesses specialising in security services, particularly those with expertise in managing diverse installation and maintenance tasks across complex systems such as CCTV and fire alarms. Companies with relevant qualifications, including National Security Inspectorate Gold Certification and membership in recognised electrical contracting bodies, would be well-suited to compete. Additionally, there is a requirement for strong financial standing, with a minimum annual turnover of £3 million for the last two years, which presents an advantage for established firms in the sector.

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

Closed Circuit Television (CCTV) and related Security and Life Safety Systems 2019 - 2024

Notice Description

North Lanarkshire Council (the 'Council') intend to award a Contract to a single service provider for the provision of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. The proposed Contract will include the ongoing servicing, repairing, maintenance and installation of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. Other parties to this contract include: CultureNL; North Lanarkshire Leisure Ltd; and North Lanarkshire Properties LLP.

Lot Information

Lot 1

The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering six work packages, comprising CCTV, Fire Alarm and Suppression, Intruder Alarm, Controlled Door Entry Systems, Nurse/Warden Call Systems, and IRS Radio Systems, including software and hardware maintenance as well as Access Controls and physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. Further information is set out in the Invitation to Participate (ITP) document which can be accessed through the buyer attachment area within the PCS-T portal. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council has determined that the application of multiple lots will not be utilised for this contract award procedure. The decision not to utilise multiple lots is justified as follows; (i) a competitive market exists for the full scope of requirements; (ii) delivery of inter-linked service provision is best delivered through a single provider; (iii) the cost of procurement is likely to be higher if lotting is used; (iv) the cost of contract management is also likely to be higher; and (v) lotting may lose potential economies of scale and therefore value. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidates submission being rejected. Economic operators 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.

Options: There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly

Renewal: The initial period of the Contract will be 36 months, with the option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000568287
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374357
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Selective
Procurement Method Details
Restricted procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

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

32 - Radio, television, communication, telecommunication and related equipment

35 - Security, fire-fighting, police and defence equipment

42 - Industrial machinery

45 - Construction work

50 - Repair and maintenance services

64 - Postal and telecommunications services

92 - Recreational, cultural and sporting services


CPV Codes

31211110 - Control panels

31625000 - Burglar and fire alarms

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

31625300 - Burglar-alarm systems

31712114 - Integrated electronic circuits

32231000 - Closed-circuit television apparatus

32234000 - Closed-circuit television cameras

32235000 - Closed-circuit surveillance system

32573000 - Communications control system

35111500 - Fire suppression system

35121700 - Alarm systems

42961100 - Access control system

45312100 - Fire-alarm system installation work

45312200 - Burglar-alarm system installation work

50333000 - Maintenance services of radio-communications equipment

64227000 - Integrated telecommunications services

92222000 - Closed circuit television services

Notice Value(s)

Tender Value
£14,350,000 £10M-£100M
Lots Value
£14,350,000 £10M-£100M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
6 Dec 20196 years ago
Submission Deadline
15 Apr 2019Expired
Future Notice Date
Not specified
Award Date
6 Dec 20196 years ago
Contract Period
Not specified - Not specified
Recurrence
The Council will decide whether to invoke the available options to extend the Contract or to procure a new Contract approximately 12 months before the end of the initial Contract period.

Notice Status

Tender Status
Cancelled
Lots Status
Cancelled
Awards Status
Unsuccessful
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Additional Buyers

CULTURENL

NORTH LANARKSHIRE LEISURE LTD

NORTH LANARKSHIRE PROPERTIES LLP

Contact Name
Not specified
Contact Email
bairdd@northlan.gov.uk, duncan.mccaskie@nlleisure.com, info@culturenl.co.uk, jeffreyke@northlan.gov.uk, stewartpa@northlan.gov.uk
Contact Phone
+44 01236341966, +44 1236632602, +44 1236856150, +44 1698403950, +44 1698520415

Buyer Location

Locality
MOTHERWELL
Postcode
ML1 1AB
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM34 North Lanarkshire
Delivery Location
TLM84 North Lanarkshire

Local Authority
North Lanarkshire
Electoral Ward
Coatbridge North
Westminster Constituency
Coatbridge and Bellshill

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348625
    Closed Circuit Television (CCTV) and related Security and Life Safety Systems 2019 - 2024 - North Lanarkshire Council (the 'Council') intend to award a Contract to a single service provider for the provision of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. The proposed Contract will include the ongoing servicing, repairing, maintenance and installation of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. Other parties to this contract include: CultureNL; North Lanarkshire Leisure Ltd; and North Lanarkshire Properties LLP.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374357
    Closed Circuit Television (CCTV) and related Security and Life Safety Systems 2019 - 2024 - North Lanarkshire Council (the 'Council') intend to award a Contract to a single service provider for the provision of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. The proposed Contract will include the ongoing servicing, repairing, maintenance and installation of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. Other parties to this contract include: CultureNL; North Lanarkshire Leisure Ltd; and North Lanarkshire Properties LLP.

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-r6ebe6-0000568287-2019-12-06T00:00:00Z",
    "date": "2019-12-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000568287",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-45",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "jeffreyke@northlan.gov.uk",
                "telephone": "+44 1698403950",
                "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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-46",
            "name": "North Lanarkshire Leisure Ltd",
            "identifier": {
                "legalName": "North Lanarkshire Leisure Ltd"
            },
            "address": {
                "streetAddress": "Broadwood HQ, 1 Ardgoil Drive",
                "locality": "Cumbernauld",
                "region": "UKM84",
                "postalCode": "G68 9NE"
            },
            "contactPoint": {
                "email": "duncan.mccaskie@nlleisure.com",
                "telephone": "+44 01236341966"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-47",
            "name": "North Lanarkshire Properties LLP",
            "identifier": {
                "legalName": "North Lanarkshire Properties LLP"
            },
            "address": {
                "streetAddress": "Fleming House, 2 Tryst Road",
                "locality": "Cumbernauld",
                "region": "UK",
                "postalCode": "G67 1JW"
            },
            "contactPoint": {
                "email": "bairdd@northlan.gov.uk",
                "telephone": "+44 1236632602"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-48",
            "name": "CultureNL",
            "identifier": {
                "legalName": "CultureNL"
            },
            "address": {
                "streetAddress": "Summerlee Heritage Centre, Heritage Way",
                "locality": "Coatbridge",
                "region": "UKM",
                "postalCode": "ML5 1QD"
            },
            "contactPoint": {
                "email": "info@culturenl.co.uk",
                "telephone": "+44 1236856150"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-49",
            "name": "Not Applicable",
            "identifier": {
                "legalName": "Not Applicable"
            },
            "address": {
                "locality": "Not Applicable"
            },
            "contactPoint": {
                "url": "http://www.northlanarkshire.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-9",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "jeffreyke@northlan.gov.uk",
                "telephone": "+44 1698403950",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-10",
            "name": "North Lanarkshire Leisure Ltd",
            "identifier": {
                "legalName": "North Lanarkshire Leisure Ltd"
            },
            "address": {
                "streetAddress": "Broadwood HQ, 1 Ardgoil Drive",
                "locality": "Cumbernauld",
                "region": "UKM84",
                "postalCode": "G68 9NE"
            },
            "contactPoint": {
                "email": "duncan.mccaskie@nlleisure.com",
                "telephone": "+44 01236341966"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-11",
            "name": "North Lanarkshire Properties LLP",
            "identifier": {
                "legalName": "North Lanarkshire Properties LLP"
            },
            "address": {
                "streetAddress": "Fleming House, 2 Tryst Road",
                "locality": "Cumbernauld",
                "region": "UK",
                "postalCode": "G67 1JW"
            },
            "contactPoint": {
                "email": "bairdd@northlan.gov.uk",
                "telephone": "+44 1236632602"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-12",
            "name": "CultureNL",
            "identifier": {
                "legalName": "CultureNL"
            },
            "address": {
                "streetAddress": "Summerlee Heritage Centre, Heritage Way",
                "locality": "Coatbridge",
                "region": "UKM",
                "postalCode": "ML5 1QD"
            },
            "contactPoint": {
                "email": "info@culturenl.co.uk",
                "telephone": "+44 1236856150"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-21",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "stewartpa@northlan.gov.uk",
                "telephone": "+44 1698520415",
                "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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-248",
            "name": "North Lanarkshire Leisure Ltd",
            "identifier": {
                "legalName": "North Lanarkshire Leisure Ltd"
            },
            "address": {
                "streetAddress": "Broadwood HQ, 1 Ardgoil Drive",
                "locality": "Cumbernauld",
                "region": "UKM84",
                "postalCode": "G68 9NE"
            },
            "contactPoint": {
                "email": "duncan.mccaskie@nlleisure.com",
                "telephone": "+44 01236341966"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-249",
            "name": "North Lanarkshire Properties LLP",
            "identifier": {
                "legalName": "North Lanarkshire Properties LLP"
            },
            "address": {
                "streetAddress": "Fleming House, 2 Tryst Road",
                "locality": "Cumbernauld",
                "region": "UK",
                "postalCode": "G67 1JW"
            },
            "contactPoint": {
                "email": "bairdd@northlan.gov.uk",
                "telephone": "+44 1236632602"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-250",
            "name": "CultureNL",
            "identifier": {
                "legalName": "CultureNL"
            },
            "address": {
                "streetAddress": "Summerlee Heritage Centre, Heritage Way",
                "locality": "Coatbridge",
                "region": "UKM",
                "postalCode": "ML5 1QD"
            },
            "contactPoint": {
                "email": "info@culturenl.co.uk",
                "telephone": "+44 1236856150"
            },
            "roles": [
                "buyer"
            ]
        },
        {
            "id": "org-126",
            "name": "Not Applicable",
            "identifier": {
                "legalName": "Not Applicable"
            },
            "address": {
                "locality": "Not Applicable"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-21"
    },
    "tender": {
        "id": "CPT-KJ-CPAP-18-501",
        "title": "Closed Circuit Television (CCTV) and related Security and Life Safety Systems 2019 - 2024",
        "description": "North Lanarkshire Council (the 'Council') intend to award a Contract to a single service provider for the provision of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. The proposed Contract will include the ongoing servicing, repairing, maintenance and installation of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. Other parties to this contract include: CultureNL; North Lanarkshire Leisure Ltd; and North Lanarkshire Properties LLP.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "92222000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32235000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32234000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32231000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45312100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45312200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "42961100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31211110",
                        "scheme": "CPV"
                    },
                    {
                        "id": "32573000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50333000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31712114",
                        "scheme": "CPV"
                    },
                    {
                        "id": "64227000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Across the geographical boundaries of North Lanarkshire Council area and the Council's Outdoor Centre at Kilbowie, Oban."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 14350000,
            "currency": "GBP"
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Restricted procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2019-04-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR348625",
                "documentType": "contractNotice",
                "title": "Closed Circuit Television (CCTV) and related Security and Life Safety Systems 2019 - 2024",
                "description": "North Lanarkshire Council (the 'Council') intend to award a Contract to a single service provider for the provision of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. The proposed Contract will include the ongoing servicing, repairing, maintenance and installation of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. Other parties to this contract include: CultureNL; North Lanarkshire Leisure Ltd; and North Lanarkshire Properties LLP.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR348625",
                "format": "text/html"
            },
            {
                "id": "DEC374357",
                "documentType": "awardNotice",
                "title": "Closed Circuit Television (CCTV) and related Security and Life Safety Systems 2019 - 2024",
                "description": "North Lanarkshire Council (the 'Council') intend to award a Contract to a single service provider for the provision of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. The proposed Contract will include the ongoing servicing, repairing, maintenance and installation of Closed Circuit Television (CCTV) and related Security and Life Safety Systems. Other parties to this contract include: CultureNL; North Lanarkshire Leisure Ltd; and North Lanarkshire Properties LLP.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374357",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The following information is intended as an overview and to assist Candidates in making an informed decision as to whether to submit a Request to Participate (RTP) in this procurement. The full scope of the proposed Contract will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. The high level scope of the proposed Contract includes the following: (i) maintenance services, covering six work packages, comprising CCTV, Fire Alarm and Suppression, Intruder Alarm, Controlled Door Entry Systems, Nurse/Warden Call Systems, and IRS Radio Systems, including software and hardware maintenance as well as Access Controls and physical works maintenance; (ii) capital upgrades and new installations of those systems; (iii) development of all systems based on open-protocol principles to allow unification over the period of the proposed Contract; and (iv) development of the Council's approach to delivery of the joined up requirements to enable and deliver a unified approach to systems based public and operational safety and security. Further information is set out in the Invitation to Participate (ITP) document which can be accessed through the buyer attachment area within the PCS-T portal. It is anticipated that the proposed Contract will be governed by SBCC Measured Term Contract 2011 as amended by the Employer. Further details will be provided in the ITT. The Council has determined that the application of multiple lots will not be utilised for this contract award procedure. The decision not to utilise multiple lots is justified as follows; (i) a competitive market exists for the full scope of requirements; (ii) delivery of inter-linked service provision is best delivered through a single provider; (iii) the cost of procurement is likely to be higher if lotting is used; (iv) the cost of contract management is also likely to be higher; and (v) lotting may lose potential economies of scale and therefore value. The Council is prepared to accept submissions from a group or groups of Candidates, however any submission must ensure a Lead Organisation is identified and must include the provision of the full scope of this Contract.. Candidates should read and refer to the ITP. Failure to comply with the instructions contained within the ITP may result in a Candidates submission being rejected. Economic operators 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.",
                "status": "cancelled",
                "value": {
                    "amount": 14350000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "40%"
                        },
                        {
                            "type": "price",
                            "description": "60%"
                        }
                    ]
                },
                "options": {
                    "description": "There will be a need over the term of the proposed Contract to allow the Council to remove, add, or change the buildings and structures of its estate (including on a temporary, emergency and short/medium term basis to accommodate the services to be delivered by the Council and other organisations eligible to use the Contract) and to vary the Contract accordingly"
                },
                "hasOptions": true,
                "secondStage": {
                    "minimumCandidates": 5,
                    "maximumCandidates": 5
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The initial period of the Contract will be 36 months, with the option to extend for up to a further 24 months subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            }
        ],
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant Contract Performance requirements."
        },
        "coveredBy": [
            "GPA"
        ],
        "secondStage": {
            "invitationDate": "2019-05-24T00:00:00Z"
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Selection Criteria Section, question Section A, Part IV, Suitability, the following questions: 4A.1 and 4A.1.1. Minimum level(s) of standards required: 4A.1 - Candidates must be enrolled in the relevant professional or trade register kept in the Member State of its establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015. Candidates should confirm they are registered or enrolled on the relevant trade register and provide information relating to this i.e. registration number, member number etc. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4A.1.1 - If the relevant documentation is available electronically, please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question."
                },
                {
                    "type": "economic",
                    "description": "ESPD Selection Criteria Section, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.1.2, 4B.1.3, 4B.3, 4B.4, 4B.4.1, 4B.5.1, 4B.5.2 and 4B.5.3.",
                    "minimum": "4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of 3,000,000 GBP for the last two (2) years statutory accounts that are available. Candidates who have not yet submitted two years' statutory accounts but can demonstrate two years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the two years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.1.3 - If the relevant information is available electronically, please indicate. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.4 - Candidates will be required to state the value for the following financial ratios: 1) Quick Ratio; and 2) Interest Cover Ratio. Quick Ratio minimum value required: a value of greater than or equal to 1.00 in each of the last two financial years to 2 decimal places. The Quick Ratio will be calculated as follows: (Current Assets minus Stock) divided by Current Liabilities; and Interest Cover Ratio minimum value required: a value of greater than or equal to 1.20 in each of the last two financial years to 2 decimal places. The Interest Cover Ratio will be calculated as follows: Earnings Before Interest and Taxation divided by Interest payable. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate; 2) Product Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate; and 3) Environmental Impairment Liability Insurance: 1,000,000 GBP each and every claim and in the annual aggregate. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.4, 4B.5.1 and 4B.5.2 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period."
                },
                {
                    "type": "technical",
                    "description": "Owing to character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Question 4C.1.2 are set out in full in the ITP document which can be accessed through the buyer attachment area within the PCS-T portal. ESPD Selection Criteria Section, question Section C, Part IV, Technical and Professional Ability: 4C.1.2, 4C.6 and 4C.10. Quality Assurance Schemes and Environmental Management Standards List and brief description of selection criteria: Owing to character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the ITP document which can be accessed through the buyer attachment area within the PCS-T portal. ESPD Selection Criteria Section, question Section D, part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D1.2, 4D.2 and 4D.2.2.",
                    "minimum": "4C.1.2 - Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100%. This question is divided into seven (7) separate sections listed below, Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all seven (7) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: (i) Experience of managing all work packages (Sub-weighting = 20%); (ii) Fire Alarm & Suppression (Sub-weighting = 15%); (iii) Intruder Alarm (Sub-weighting = 15%); (iv) Controlled Door Entry Systems (Sub-weighting = 15%); (v) CCTV (Sub-weighting = 15%); (vi) IRS Radio Systems (Sub-weighting = 10%); and (vii) Nurse/Warden Call Systems (Sub-weighting = 10%). 4C.6 - Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: (i) National Security Inspectorate (NSI) Gold Certification; (ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC); (iii) British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems Scheme SP201 Accreditation; (iv) British Approvals for Fire Equipment (BAFE) Fixed Extinguishing Systems SP202 Accreditation; (v) British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems SP203-1; (vi) British Approvals for Fire Equipment (BAFE) Assessment of Application Certification Bodies SP203-2; (vii) British Approvals for Fire Equipment (BAFE) Fixed Gaseous Fire Suppression Systems SP203-3; (viii) Membership of Telecare Services Association (TSA); and (ix) Membership of Confederation of Aerial Industries (CAI). Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the proposed Contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Minimum level(s) of standards required: 4D.1 - the Candidate must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) or satisfy items 2a - 2g as listed in the ITP document; and the Candidate 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 satisfy items 4a - 4m as listed in the ITP document. 4D.1.2 - If the relevant documentation is available electronically, please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4D.2 - the Candidate 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 satisfy items 2a - 2g as listed in the ITP document. 4D.2.2 - If the relevant documentation is available electronically, please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Candidates unable to meet the minimum requirements for all of ESPD Section 4D will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "92222000",
            "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 may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "The Council will decide whether to invoke the available options to extend the Contract or to procure a new Contract approximately 12 months before the end of the initial Contract period."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-24",
                "description": "Following the update to the Invitation to Participate (ITP) Document v2.0 the Council has elected to extend the timescales associated with the clarification and RTP submission deadlines to allow Candidates sufficient time to review the updates and complete their RTP submissions.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-04-15T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-04-23T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2019-05-24T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-05-31T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.3",
                            "label": "Estimated date of dispatch of invitations"
                        }
                    }
                ]
            },
            {
                "id": "amd-25",
                "description": "Amendment to Section III.1.2) Economic and financial standing Replace Contract Notice Section III.1.2) Economic and financial standing, Minimum level(s) of standards required, with the following: 4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of 3,000,000 GBP for the last two (2) years statutory accounts that are available. Candidates who have not yet submitted two years' statutory accounts but can demonstrate two years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the two years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.1.3 - If the relevant information is available electronically, please indicate. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.4 - Candidates will be required to state the value for the following financial ratios: 1) Quick Ratio; and 2) Interest Cover Ratio. Quick Ratio minimum value required: a value of greater than or equal to 1.00 in each of the last two financial years to 2 decimal places. The Quick Ratio will be calculated as follows: (Current Assets minus Stock) divided by Current Liabilities; and Interest Cover Ratio minimum value required: a value of greater than or equal to 1.20 in each of the last two financial years to 2 decimal places. The Interest Cover Ratio will be calculated as follows: Earnings Before Interest and Taxation divided by Interest payable. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 5,000,000 GBP each and every claim; and 2) Product Liability Insurance: 5,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.4, 4B.5.1 and 4B.5.2 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "text": "Minimum level(s) of standards required: 4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of 3,000,000 GBP for the last two (2) years statutory accounts that are available. Candidates who have not yet submitted two years' statutory accounts but can demonstrate two years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the two years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.1.3 - If the relevant information is available electronically, please indicate. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.4 - Candidates will be required to state the value for the following financial ratios: 1) Quick Ratio; and 2) Interest Cover Ratio. Quick Ratio minimum value required: a value of greater than or equal to 1.00 in each of the last two financial years to 2 decimal places. The Quick Ratio will be calculated as follows: (Current Assets minus Stock) divided by Current Liabilities; and Interest Cover Ratio minimum value required: a value of greater than or equal to 1.20 in each of the last two financial years to 2 decimal places. The Interest Cover Ratio will be calculated as follows: Earnings Before Interest and Taxation divided by Interest payable. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate; 2) Product Liability Insurance: 10,000,000 GBP each and every claim and in the annual aggregate; and 3) Environmental Impairment Liability Insurance: 1,000,000 GBP each and every claim and in the annual aggregate. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.4, 4B.5.1 and 4B.5.2 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period"
                        },
                        "newValue": {
                            "text": "Minimum level(s) of standards required: 4B.1.2 - Candidates will be required to have an average yearly turnover of a minimum of 3,000,000 GBP for the last two (2) years statutory accounts that are available. Candidates who have not yet submitted two years' statutory accounts but can demonstrate two years of trading must detail the date they started trading within their submission at 4B.3 and may provide alternative proof which demonstrates its financial standing in an equivalent manner in accordance with Regulation 61 - Means of Proof of the Public Contracts (Scotland) Regulations 2015. Such Candidates are required to provide financial accounts for the two years most recently available, accompanied by a letter supporting the basis of their preparation from an audit registered firm. 4B.1.3 - If the relevant information is available electronically, please indicate. 4B.3 - Where turnover information is not available for the time period requested, the Candidate will be required to state the date which they were set up or started trading. 4B.4 - Candidates will be required to state the value for the following financial ratios: 1) Quick Ratio; and 2) Interest Cover Ratio. Quick Ratio minimum value required: a value of greater than or equal to 1.00 in each of the last two financial years to 2 decimal places. The Quick Ratio will be calculated as follows: (Current Assets minus Stock) divided by Current Liabilities; and Interest Cover Ratio minimum value required: a value of greater than or equal to 1.20 in each of the last two financial years to 2 decimal places. The Interest Cover Ratio will be calculated as follows: Earnings Before Interest and Taxation divided by Interest payable. 4B.4.1 - If the relevant documentation is available electronically, please indicate. 4B.5.1 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP each and every claim. http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Candidates must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 1) Public Liability Insurance: 5,000,000 GBP each and every claim; and 2) Product Liability Insurance: 5,000,000 GBP each and every claim. 4B.5.3 - If the relevant documentation is available electronically, please indicate. Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.1.2, 4B.4, 4B.5.1 and 4B.5.2 in Section B, Part IV, Economic and Financial Standing of the ESPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their RTP: 1) an ESPD submission from a Parent Company (or Ultimate Parent Company) who can meet all the above minimum requirements; and 2) a declaration that the Parent Company (or Ultimate Parent Company) is prepared to provide a Parent Company Guarantee (PCG) in the form determined by the Council to cover the duration of the proposed Contract, including the available extension period."
                        },
                        "where": {
                            "section": "III.1.2",
                            "label": "Economic and financial standing"
                        }
                    }
                ]
            },
            {
                "id": "amd-17",
                "description": "Amendment to Section III.1.3) Technical and professional ability, Minimum level(s) of Standards 4C.1.2 Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100%. This question is divided into seven (7) separate sections listed below, Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all seven (7) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: (i) Experience of managing all work packages (Sub-weighting = 20%); (ii) Fire Alarm & Suppression (Sub-weighting = 15%); (iii) Intruder Alarm (Sub-weighting = 15%); (iv) Controlled Door Entry Systems (Sub-weighting = 15%); (v) CCTV (Sub-weighting = 15%); (vi) IRS Radio Systems (Sub-weighting = 10%); and (vii) Nurse/Warden Call Systems (Sub-weighting = 10%). 4C.6 Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: (i) National Security Inspectorate (NSI) Gold Certification; (ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT); (iii) British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems Scheme SP201 or British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems SP203-1 Accreditation; (iv) British Approvals for Fire Equipment (BAFE) Fixed Extinguishing Systems SP202 or British Approvals for Fire Equipment (BAFE) Fixed Gaseous Fire Suppression Systems SP203-3 Accreditation; (v) Membership of Telecare Services Association (TSA); and (vi) Membership of Confederation of Aerial Industries (CAI). Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the proposed Contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Minimum level(s) of standards required: Owing to character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the ITP document which can be accessed through the buyer attachment area within the PCS-T portal. ESPD Selection Criteria Section, question Section D, part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D1.2, 4D.2 and 4D.2.2.",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Minimum level(s) of Standards 4C.1.2 Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100%. This question is divided into seven (7) separate sections listed below, Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all seven (7) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: (i) Experience of managing all work packages (Sub-weighting = 20%); (ii) Fire Alarm & Suppression (Sub-weighting = 15%); (iii) Intruder Alarm (Sub-weighting = 15%); (iv) Controlled Door Entry Systems (Sub-weighting = 15%); (v) CCTV (Sub-weighting = 15%); (vi) IRS Radio Systems (Sub-weighting = 10%); and (vii) Nurse/Warden Call Systems (Sub-weighting = 10%). 4C.6 Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: (i) National Security Inspectorate (NSI) Gold Certification; (ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT); (iii) British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems Scheme SP201 or British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems SP203-1 Accreditation; (iv) British Approvals for Fire Equipment (BAFE) Fixed Extinguishing Systems SP202 or British Approvals for Fire Equipment (BAFE) Fixed Gaseous Fire Suppression Systems SP203-3 Accreditation; (v) Membership of Telecare Services Association (TSA); and (vi) Membership of Confederation of Aerial Industries (CAI). Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the proposed Contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Minimum level(s) of standards required: Owing to character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the ITP document which can be accessed through the buyer attachment area within the PCS-T portal. ESPD Selection Criteria Section, question Section D, part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D1.2, 4D.2 and 4D.2.2."
                        },
                        "where": {
                            "section": "111.1.3",
                            "label": "technical and professional ability"
                        }
                    }
                ]
            },
            {
                "id": "amd-6",
                "description": "Amendment to Section III.1.3) Technical and professional ability, Minimum level(s) of Standards 4C.1.2 Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100%. This question is divided into seven (7) separate sections listed below, Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all seven (7) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: (i) Experience of managing all work packages (Sub-weighting = 20%); (ii) Fire Alarm & Suppression (Sub-weighting = 15%); (iii) Intruder Alarm (Sub-weighting = 15%); (iv) Controlled Door Entry Systems (Sub-weighting = 15%); (v) CCTV (Sub-weighting = 15%); (vi) IRS Radio Systems (Sub-weighting = 10%); and (vii) Nurse/Warden Call Systems (Sub-weighting = 10%). 4C.6 Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: (i) National Security Inspectorate (NSI) Gold Certification; (ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT); (iii) British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems Scheme SP201 or British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems SP203-1 Accreditation; and (iv) British Approvals for Fire Equipment (BAFE) Fixed Extinguishing Systems SP202 or British Approvals for Fire Equipment (BAFE) Fixed Gaseous Fire Suppression Systems SP203-3 Accreditation. Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the proposed Contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Minimum level(s) of standards required: Owing to character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the ITP document which can be accessed through the buyer attachment area within the PCS-T portal. ESPD Selection Criteria Section, question Section D, part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D1.2, 4D.2 and 4D.2.2.",
                "unstructuredChanges": [
                    {
                        "newValue": {
                            "text": "Amendment to Section III.1.3) Technical and professional ability, Minimum level(s) of Standards 4C.1.2 Candidates will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100%. This question is divided into seven (7) separate sections listed below, Candidates are required to provide a response to each of these sections. Each section carries its own sub-weighting, Candidates must achieve an overall combined minimum score requirement of 50% across all seven (7) sections (i.e. not 50% for each of the separate sections). Candidates unable to meet the minimum requirements for 4C.1.2 will be assessed as a FAIL and will be excluded from the competition: (i) Experience of managing all work packages (Sub-weighting = 20%); (ii) Fire Alarm & Suppression (Sub-weighting = 15%); (iii) Intruder Alarm (Sub-weighting = 15%); (iv) Controlled Door Entry Systems (Sub-weighting = 15%); (v) CCTV (Sub-weighting = 15%); (vi) IRS Radio Systems (Sub-weighting = 10%); and (vii) Nurse/Warden Call Systems (Sub-weighting = 10%). 4C.6 Candidates will be required to confirm that they and/or the service provider have all of the following relevant educational and professional qualifications: (i) National Security Inspectorate (NSI) Gold Certification; (ii) Membership of the National Inspection Council Electrical Installation Contracting (NICEIC) or Electrical Contractors' Association of Scotland (SELECT); (iii) British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems Scheme SP201 or British Approvals for Fire Equipment (BAFE) Fire Detection and Alarm Systems SP203-1 Accreditation; and (iv) British Approvals for Fire Equipment (BAFE) Fixed Extinguishing Systems SP202 or British Approvals for Fire Equipment (BAFE) Fixed Gaseous Fire Suppression Systems SP203-3 Accreditation. Candidates and/or service providers who do not have all of the above educational and professional qualifications will be assessed as a FAIL and will be excluded from the competition. 4C.10 Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the proposed Contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. Minimum level(s) of standards required: Owing to character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice). Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the ITP document which can be accessed through the buyer attachment area within the PCS-T portal. ESPD Selection Criteria Section, question Section D, part IV, Quality Assurance Schemes and Environmental Management Standards: 4D.1, 4D1.2, 4D.2 and 4D.2.2."
                        },
                        "where": {
                            "section": "III.1.3"
                        }
                    }
                ]
            },
            {
                "id": "amd-8",
                "description": "Following the update to the Invitation to Participate (ITP) Document v3.0 the Council has elected to extend the timescales associated with the clarification and RTP submission deadlines to allow Candidates sufficient time to review the updates and complete their RTP submissions.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2019-04-23T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2019-05-07T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "Part II - Information Concerning the Bidder A: Information About the Bidder; B: Information About Representatives of the Bidder; C: Information About Reliance on the Capacities of Other Entities; and D: Information Concerning Sub-contractors on Whose Capacity the Bidder Does Not Rely. Minimum level(s) of standards required: The information required in Part II of the ESPD is for information only and therefore will not be assessed however the Council may choose not to select Candidates that cannot provide basic company information. Candidates must ensure that they submit appropriate ESPDs completed by other members of the group, if they are bidding as part of a group, others on whose capacity they rely, and known subcontractors on whose capacity they do not rely on, to satisfy any aspect of the ESPD. Part VI - Concluding statements Minimum level(s) of standards required: Candidates unable to complete this part of the ESPD may be excluded from the competition. The complete RTP with no pages omitted must be submitted in accordance with instructions given and signed by an authorised representative i.e. company director or secretary or by a person authorised by the Candidate to do so. If the signatory is not the Candidate then the Candidate must provide at time of submitting the RTP written confirmation of the signatory's authority to submit the RTP. Candidates should note that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (SI 2006/246) (\"TUPE\") may apply to the proposed Contract. Further details will be provided in the Invitation to Tender (ITT) issued by the Council to Candidates shortlisted to progress to the award stage of the procurement process. (SC Ref:606743)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568287"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568287"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568287"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568287"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568287"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568287"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000568287"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CPT-KJ-CPAP-18-501",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 056-129634"
        }
    ]
}