Award

Maintenance of Honeywell Notifier Fire Alarms

SOUTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

01 May 2020 at 00:00

Tender

13 Mar 2020 at 00:00

Summary of the contracting process

The procurement process involves South Lanarkshire Council seeking a contractor for the "Maintenance of Honeywell Notifier Fire Alarms" service. This falls under the services category and focuses on maintaining fire alarm systems across 107 public buildings in South Lanarkshire, including schools and sports centres. The procurement is currently in the active tender stage, with bids open until 15 April 2020. The total estimated value of this contract is £650,000, and the contracting authority is located at Council Headquarters, Almada Street, Hamilton, UK, ML3 0AA. The procurement method used is an open procedure, allowing any suitable supplier to submit bids.

This tender presents significant opportunities for businesses specialising in fire safety services and maintenance. Companies that are Honeywell Approved System Integrators are particularly well-suited to compete for this contract due to the specific requirements for maintaining Honeywell Notifier systems. Additionally, firms that hold appropriate insurances, have a solid financial standing, and can demonstrate relevant experience will enhance their chances of success. By engaging with this procurement opportunity, businesses can expand their portfolio and contribute to the safety infrastructure within the region.

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

Maintenance of Honeywell Notifier Fire Alarms

Notice Description

South Lanarkshire Council has a requirement for the provision of a maintenance and emergency call out service for Honeywell Notifier Fire Alarms.

Lot Information

Lot 1

South Lanarkshire Council require a single provider to deliver a fully comprehensive service and maintenance contract covering two service visits per annum (with exception of SLC Council HQ which is 4 service visits per annum) and emergency call outs for repair work or for resetting the system subsequent to an activation including false alarms. The Honeywell alarms are installed in 107 public buildings, sports centres and schools across South Lanarkshire.

Renewal: 3 Years with the option to extend for up to 36 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000617330
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386070
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
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services


CPV Codes

50710000 - Repair and maintenance services of electrical and mechanical building installations

Notice Value(s)

Tender Value
£650,000 £500K-£1M
Lots Value
£650,000 £500K-£1M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
1 May 20205 years ago
Submission Deadline
15 Apr 2020Expired
Future Notice Date
Not specified
Award Date
1 May 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
2026

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SOUTH LANARKSHIRE COUNCIL
Contact Name
Not specified
Contact Email
george.munro@southlanarkshire.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
HAMILTON
Postcode
ML3 0AA
Post Town
Motherwell
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM9 Southern Scotland
Small Region (ITL 3)
TLM95 South Lanarkshire
Delivery Location
TLM95 South Lanarkshire

Local Authority
South Lanarkshire
Electoral Ward
Hamilton North and East
Westminster Constituency
Hamilton and Clyde Valley

Further Information

Notice Documents

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-r6ebe6-0000617330-2020-05-01T00:00:00Z",
    "date": "2020-05-01T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000617330",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-35",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "email": "george.munro@southlanarkshire.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-36",
            "name": "Hamilton Sherriff Court",
            "identifier": {
                "legalName": "Hamilton Sherriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street,",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "email": "hamiltoncivl@scotcourts.gov.uk",
                "telephone": "+44 1698282957",
                "url": "http://www.scotscourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-37",
            "name": "Court of Session",
            "identifier": {
                "legalName": "Court of Session"
            },
            "address": {
                "streetAddress": "Parliament House,Parliament Square",
                "locality": "Edinburgh",
                "postalCode": "EH1 1RQ"
            },
            "contactPoint": {
                "email": "supreme.courts@scotcourts.gov.uk",
                "telephone": "+44 1312252595",
                "url": "http://"
            },
            "roles": [
                "mediationBody"
            ]
        },
        {
            "id": "org-234",
            "name": "South Lanarkshire Council",
            "identifier": {
                "legalName": "South Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Almada Street",
                "locality": "Hamilton",
                "region": "UKM95",
                "postalCode": "ML3 0AA"
            },
            "contactPoint": {
                "email": "george.munro@southlanarkshire.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.southlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-235",
            "name": "Hamilton Sherriff Court",
            "identifier": {
                "legalName": "Hamilton Sherriff Court"
            },
            "address": {
                "streetAddress": "Sheriff Court House, 4 Beckford Street,",
                "locality": "Hamilton",
                "postalCode": "ML3 0BT"
            },
            "contactPoint": {
                "email": "hamiltoncivl@scotcourts.gov.uk",
                "telephone": "+44 1698282957",
                "url": "http://www.scotscourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-84",
            "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",
                "mediationBody"
            ]
        }
    ],
    "buyer": {
        "name": "South Lanarkshire Council",
        "id": "org-234"
    },
    "tender": {
        "id": "SLC/PS/H&TR/19/375",
        "title": "Maintenance of Honeywell Notifier Fire Alarms",
        "description": "South Lanarkshire Council has a requirement for the provision of a maintenance and emergency call out service for Honeywell Notifier Fire Alarms.",
        "status": "cancelled",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50710000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "South Lanarkshire"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM95"
                    },
                    {
                        "region": "UKM95"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 650000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-04-15T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-04-15T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR383686",
                "documentType": "contractNotice",
                "title": "Maintenance of Honeywell Notifier Fire Alarms",
                "description": "South Lanarkshire Council has a requirement for the provision of a maintenance and emergency call out service for Honeywell Notifier Fire Alarms.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR383686",
                "format": "text/html"
            },
            {
                "id": "MAY386070",
                "documentType": "awardNotice",
                "title": "Maintenance of Honeywell Notifier Fire Alarms",
                "description": "South Lanarkshire Council has a requirement for the provision of a maintenance and emergency call out service for Honeywell Notifier Fire Alarms.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386070",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "South Lanarkshire Council require a single provider to deliver a fully comprehensive service and maintenance contract covering two service visits per annum (with exception of SLC Council HQ which is 4 service visits per annum) and emergency call outs for repair work or for resetting the system subsequent to an activation including false alarms. The Honeywell alarms are installed in 107 public buildings, sports centres and schools across South Lanarkshire.",
                "status": "cancelled",
                "value": {
                    "amount": 650000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Quality",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "3 Years with the option to extend for up to 36 months"
                }
            }
        ],
        "bidOpening": {
            "date": "2020-04-15T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "ESPD Question 4A.1 Trade Registers It is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given. If the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015."
                },
                {
                    "type": "economic",
                    "minimum": "ESPD Question 4B.4 Economic and Financial Standing The Council will use the following ratios to evaluate a bidders financial status: Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio; Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio. Bidders must provide the name and value of each of the 3 ratios within their response to ESPD question 4B.4. The Council requires bidders to pass 2 out of the 3 financial ratios above. Where 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors: Would the bidder have passed the checks if prior year accounts had been used? Were any of the poor appraisal outcomes \"marginal\"? Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance? Does the bidder have sufficient reserves to sustain losses for a number of years? Does the bidder have a healthy cashflow? Is the bidder profitable enough to finance the interest on its debt? Is most of the bidder's debt owed to group companies? Is the bidder's debt due to be repaid over a number of years, and affordable? Have the bidder's results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"? Do the bidder's auditors (where applicable) consider it to be a \"going concern\"? Will the bidder provide a Parent Company Guarantee? Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace? The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided. ESPD Question 4B.5 Insurance The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover: Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
                },
                {
                    "type": "technical",
                    "minimum": "ESPD Question 4C.1.2 Technical and Professional Ability With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years and the value / scope of the examples must be of similar value to the contract being procured. Bidders must demonstrate that they are a Honeywell Approved System Integrator. Bidders must provide details of the Maintenance Teams capability's, by submission of individual CV's of the Team and its staff. Examples should be given of similar work carried out and be of similar value to those detailed in the tender documents."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "50710000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2026"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 055-131411"
        }
    ],
    "description": "ESPD Question 2.C.1 Reliance on the capacities of other entities - Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon ESPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely Bidders are required to complete a shortened version of the ESPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria 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. ESPD Questions 3A - 3C have been identified as mandatory exclusion grounds and ESPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken. ESPD Question 4C.10 Technical and Professional Ability (Sub-Contracting) Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Declarations and Certificates In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope. All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T. ESPD Question 2D.1 Prompt Payment Certificate Declaration Section *Form of Tender ESPD Question 3D.11 Non-Collusion Certificate ESPD Question 4B.5.1 Insurance Certificates ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration ESPD Question 3A.6 Modern Slavery Act 2015 Declaration Declaration Section *Health and Safety Questionnaire *The 'Form of Offer to Tender' must be completed and uploaded within the Commercial Questionnaire. In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender. Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the ESPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified. (SC Ref:620700)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000617330"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000617330"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "SLC/PS/H&TR/19/375",
            "status": "unsuccessful",
            "statusDetails": "discontinued",
            "relatedLots": [
                "1"
            ]
        }
    ]
}