Notice Information
Notice Title
Term Contract for the Statutory Maintenance and Reactive Repairs to CCTV, Fire Alarm and Intruder Alarm Systems including the provision of an Alarm Monitoring Service.
Notice Description
The employment of a a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, Fire Alarm Systems and Intruder Alarm Systems including the provision of a 24/7/365 reactive repairs service to the aforementioned systems and the provision of a 24/7/365 alarm monitoring service.
Lot Information
Lot 1
To carry out; ~ Statutory maintenance of Closed-Circuit Television Camera (CCTV) Systems, ~ Statutory maintenance of Fire Alarm Systems, ~ Statutory Maintenance of Intruder Alarm Systems, ~ Reactive repairs to CCTV, Fire Alarm and Intruder Alarm Systems, ~ Remote monitoring of Fire Alarm and Intruder Alarm Systems, installed within approximately 200 Council properties of various types located throughout the Renfrewshire Council area.. The anticipated annual value of this contract is estimated to be in the region of GBP150,000.00 to GBP200,000.00
Renewal: The Council will have, at its sole discretion, the option to extend the contract for additional periods up to a maximum contract period of 5 years (the length of any extension period awarded will be determined by the Council).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000615601
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402497
- 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
- SME
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
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31625000 - Burglar and fire alarms
35120000 - Surveillance and security systems and devices
50700000 - Repair and maintenance services of building installations
79711000 - Alarm-monitoring services
Notice Value(s)
- Tender Value
- £1,000,000 £1M-£10M
- Lots Value
- £1,000,000 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,000,000 £1M-£10M
Notice Dates
- Publication Date
- 16 Dec 20205 years ago
- Submission Deadline
- 8 Apr 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 16 Dec 20205 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Not specified
- Contact Email
- douglas.mcewan@renfrewshire.gov.uk, rachel.o'neill@renfrewshire.gov.uk
- Contact Phone
- +44 3003000300
Buyer Location
- Locality
- PAISLEY
- Postcode
- PA1 1JB
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Renfrewshire
- Electoral Ward
- Paisley East and Central
- Westminster Constituency
- Paisley and Renfrewshire South
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383005
Term Contract for the Statutory Maintenance and Reactive Repairs to CCTV, Fire Alarm and Intruder Alarm Systems including the provision of an Alarm Monitoring Service. - The Council is seeking to employ a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, Fire Alarm Systems and Intruder Alarm Systems including the provision of a 24/7/365 reactive repairs service to the aforementioned systems and the provision of a 24/7/365 alarm monitoring service. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402497
Term Contract for the Statutory Maintenance and Reactive Repairs to CCTV, Fire Alarm and Intruder Alarm Systems including the provision of an Alarm Monitoring Service. - The employment of a a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, Fire Alarm Systems and Intruder Alarm Systems including the provision of a 24/7/365 reactive repairs service to the aforementioned systems and the provision of a 24/7/365 alarm monitoring service.
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-r6ebe6-0000615601-2020-12-16T00:00:00Z",
"date": "2020-12-16T00:00:00Z",
"ocid": "ocds-r6ebe6-0000615601",
"initiationType": "tender",
"parties": [
{
"id": "org-70",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "douglas.mcewan@renfrewshire.gov.uk",
"url": "https://www.publictenderscotlands.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-71",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See V1.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-19",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "douglas.mcewan@renfrewshire.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-7",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "douglas.mcewan@renfrewshire.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-9",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "douglas.mcewan@renfrewshire.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-3",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "douglas.mcewan@renfrewshire.gov.uk",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-29",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "rachel.o'neill@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.renfrewshire.gov.uk"
}
},
{
"id": "org-195",
"name": "North SV Limited",
"identifier": {
"legalName": "North SV Limited"
},
"address": {
"streetAddress": "Titanium 1, Kings Inch Place, King's Inch Place, Braehead",
"locality": "Braehead",
"region": "UK",
"postalCode": "PA4 8WF"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-52",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament House, Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"telephone": "+44 1312252595",
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/court-of-session"
},
"roles": [
"reviewBody",
"reviewContactPoint"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-29"
},
"tender": {
"id": "RC-CPU-17-135",
"title": "Term Contract for the Statutory Maintenance and Reactive Repairs to CCTV, Fire Alarm and Intruder Alarm Systems including the provision of an Alarm Monitoring Service.",
"description": "The employment of a a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, Fire Alarm Systems and Intruder Alarm Systems including the provision of a 24/7/365 reactive repairs service to the aforementioned systems and the provision of a 24/7/365 alarm monitoring service.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "31625000",
"scheme": "CPV"
},
{
"id": "35120000",
"scheme": "CPV"
},
{
"id": "79711000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "The geographical area of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1000000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictenderscotlands.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-04-08T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-04-08T14:00:00Z"
},
"documents": [
{
"id": "MAR383005",
"documentType": "contractNotice",
"title": "Term Contract for the Statutory Maintenance and Reactive Repairs to CCTV, Fire Alarm and Intruder Alarm Systems including the provision of an Alarm Monitoring Service.",
"description": "The Council is seeking to employ a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, Fire Alarm Systems and Intruder Alarm Systems including the provision of a 24/7/365 reactive repairs service to the aforementioned systems and the provision of a 24/7/365 alarm monitoring service.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383005",
"format": "text/html"
},
{
"id": "DEC402497",
"documentType": "awardNotice",
"title": "Term Contract for the Statutory Maintenance and Reactive Repairs to CCTV, Fire Alarm and Intruder Alarm Systems including the provision of an Alarm Monitoring Service.",
"description": "The employment of a a suitably experienced Contractor to provide a planned programme of statutory maintenance to Closed-Circuit Television (CCTV) systems, Fire Alarm Systems and Intruder Alarm Systems including the provision of a 24/7/365 reactive repairs service to the aforementioned systems and the provision of a 24/7/365 alarm monitoring service.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402497",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "To carry out; ~ Statutory maintenance of Closed-Circuit Television Camera (CCTV) Systems, ~ Statutory maintenance of Fire Alarm Systems, ~ Statutory Maintenance of Intruder Alarm Systems, ~ Reactive repairs to CCTV, Fire Alarm and Intruder Alarm Systems, ~ Remote monitoring of Fire Alarm and Intruder Alarm Systems, installed within approximately 200 Council properties of various types located throughout the Renfrewshire Council area.. The anticipated annual value of this contract is estimated to be in the region of GBP150,000.00 to GBP200,000.00",
"status": "complete",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Methodology and Approach to Regular Maintenance",
"description": "15"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council will have, at its sole discretion, the option to extend the contract for additional periods up to a maximum contract period of 5 years (the length of any extension period awarded will be determined by the Council)."
}
}
],
"bidOpening": {
"date": "2020-04-08T14:00:00Z",
"address": {
"streetAddress": "Renfrewshire House, Cotton Street, Paisley."
},
"description": "Strictly by invitation only."
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders will be required to state if any of the exclusion grounds as detailed within Regulation 58 (1) of The Public Contracts (Scotland) Regulations 2015 apply to them. If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (in the United Kingdom, the bidder is a company registered with the Registrar of Companies and can provide a certificate stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name). Bidders will be required to state if it is a requirement in the Bidder's country of establishment to hold a particular authorisation or membership of a particular organisation in order to be able to perform the service in question. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service and also must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum \"general\" yearly turnover of GBP400,000.00 for the last 3 years. Where turnover information is not available for the time period requested, the Bidder will be required to state the date which they were set up/started trading. Where a Bidder fails to meet the minimum financial turnover requirements in its own right but is a subsidiary of a group, the bidder must state if they are relying on a parent company guarantee (the parent company must meet the stipulated minimum financial requirements). The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is applying as part of a consortium the collective annual turnover of all consortium members will be utilised in the overall assessment of annual turnover. Bidders will require to evidence the equivalent of a Dun and Bradstreet Failure Score of 20 or above. If a Bidder considers that the D&B Failure Score does not reflect their current financial status, the Bidder should give a detailed explanation and will be required to provide any relevant supporting independent evidence at request for documentation stage. Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company guarantee will be required. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Bidders must hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - statutory minimum GBP5m each and every claim. Public and Product Liability Insurance - minimum GBP5m each and every claim but in the aggregate for products. Professional Indemnity Insurance - minimum GBP1m (we will accept cover in the aggregate if one automatic annual reinstatement of this sum is permitted within the policy terms). Statutory Third Party Motor Vehicle Insurance.",
"minimum": "Bidders must have; ~ a minimum \"general\" yearly turnover of GBP400,000.00 for the last 3 years. ~ a minimum Dun and Bradstreet Failure Score of 20 or other equivalent credit rating. ~ Employer's (Compulsory) Liability Insurance with a minimum indemnity limit of GBP5m each and every claim. ~ Public and Product Liability Insurance with a minimum indemnity limit of GBP5m each and every claim but in the aggregate for products. ~ Professional Indemnity Insurance with a minimum indemnity limit of GBP1m (we will accept cover in the aggregate if one automatic annual reinstatement of this sum is permitted within the policy terms). ~ Statutory Third Party Motor Vehicle Insurance."
},
{
"type": "technical",
"description": "In order for the Council to assess the suitability of the Bidder to carry out the works/services required under this contract, the Bidder is required to provide the following information; ~ 3 examples that demonstrate that they have the relevant experience to deliver the works/services required under this contract. ~ details of the experience, training and related certification of the CCTV, Fire Alarm and Intruder Alarm Engineers they can call upon in relation to this requirement. ~ details of membership of any related industry schemes such as the NSI Silver or Gold certification or equivalent. ~ details of their Alarm Receiving Centre (ARC) including confirmation that their ARC complies with the appropriate British or European Standard. Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the works/services required under this contract. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to the contract, where they fail to meet the Council's minimum financial criteria). Bidders must have Health and Safety accreditation to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Quality Management accreditation to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Environmental Management accreditation to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management, endorsed by the Chief Executive Officer or equivalent.",
"minimum": "Bidders must have previous relevant experience. Bidders CCTV, Fire Alarm and Intruder Alarm Engineers must be suitably trained and experienced. Bidders should be members of an industry related certification scheme. Bidders Alarm Receiving Centre (ARC) must comply with the appropriate British or European Standards. Bidders must have the appropriate number of employees to successfully deliver this contract. Bidders must have the appropriate tools, plant and equipment to successfully deliver this contract. Bidders must state if they intend to subcontract any portion of this contract. Bidders must be accredited to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management. Bidders must be accredited to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management. Bidders must be accredited to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2020-09-04T00:00:00Z"
}
},
"classification": {
"id": "50700000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.",
"hasRecurrence": true,
"recurrence": {
"description": "Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-21",
"description": "Due to the current situation regarding COVID-19 and the Government instructions to remain at home for at least the next 3 weeks, the tender return deadline has been extended until the 1st May 2020.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-04-08T12:00:00Z"
},
"newValue": {
"date": "2020-05-01T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-09-04T00:00:00Z"
},
"newValue": {
"date": "2020-09-28T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2020-04-08T14:00:00Z"
},
"newValue": {
"date": "2020-05-01T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
},
{
"id": "amd-9",
"description": "Due to Covid-19 and the UK Government's decision to extend the UK lockdown period for an additional 3 weeks the timescales applicable to this Contract Notice have been extended accordingly.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-05-01T12:00:00Z"
},
"newValue": {
"date": "2020-06-12T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-09-28T00:00:00Z"
},
"newValue": {
"date": "2020-11-09T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2020-05-01T14:00:00Z"
},
"newValue": {
"date": "2020-06-12T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
},
{
"id": "amd-15",
"description": "Due to the recent Scottish Government update regarding Coronavirus and the instruction to continue to stay at home, the Closing Date for this tender has been extended to 12:00hrs on Friday the 3rd July 2020.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-06-12T12:00:00Z"
},
"newValue": {
"date": "2020-07-03T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-11-09T00:00:00Z"
},
"newValue": {
"date": "2020-11-30T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2020-06-12T14:00:00Z"
},
"newValue": {
"date": "2020-07-03T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
},
{
"id": "amd-12",
"description": "The Closing Date for this tender has been further extended to allow the Council time to review how the pandemic will affect the operation of its contracts and assess any changes to operational procedures that may be required to allow contracts to recommence when the Scottish Government imposed restrictions are lifted. Also, although the Scottish Government has started to lift restrictions, this is still on a very limited basis. Not all companies that have expressed an interest in this contract will be able to submit a bid at this time due to staff being furloughed.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-07-03T12:00:00Z"
},
"newValue": {
"date": "2020-07-31T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-11-30T00:00:00Z"
},
"newValue": {
"date": "2020-12-28T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2020-07-03T14:00:00Z"
},
"newValue": {
"date": "2020-07-31T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
},
{
"id": "amd-3",
"description": "The Council requires to issue additional requirements to ensure that this tender takes full account of the implications of Covid-19. The time limit has been extended to allow time to issue the additional requirements and for bidders to take these into account in their tender responses.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2020-07-31T12:00:00Z"
},
"newValue": {
"date": "2020-08-28T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2020-12-28T00:00:00Z"
},
"newValue": {
"date": "2021-01-25T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2020-07-31T14:00:00Z"
},
"newValue": {
"date": "2020-08-28T14:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "Any information contained within this notice relating to the value of this contract is the maximum authorised contract value over the contract term and does not represent the value of any bids received. (SC Ref:639250)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615601"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000615601"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-17-135",
"suppliers": [
{
"id": "org-195",
"name": "North SV Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-17-135",
"awardID": "RC-CPU-17-135",
"status": "active",
"value": {
"amount": 1000000,
"currency": "GBP"
},
"dateSigned": "2020-12-16T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2020/S 050-119923"
}
],
"bids": {
"statistics": [
{
"id": "457",
"measure": "bids",
"value": 11,
"relatedLot": "1"
},
{
"id": "458",
"measure": "smeBids",
"value": 8,
"relatedLot": "1"
},
{
"id": "459",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "460",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "461",
"measure": "electronicBids",
"value": 11,
"relatedLot": "1"
}
]
}
}