Notice Information
Notice Title
Electronic Suited Key Lock System
Notice Description
The Council has awarded contract for the installation of an electronic suited key lock system to improve key management and access to Council wide premises.
Lot Information
Lot 1
The Council has awarded a contract for the installation of an electronic suited key lock system to improve key management and access to Council wide premises.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000621719
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409857
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
-
- CPV Codes
44000000 - Construction structures and materials; auxiliary products to construction (except electric apparatus)
44521120 - Electronic security lock
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £93,233 Under £100K
Notice Dates
- Publication Date
- 18 Mar 20214 years ago
- Submission Deadline
- 28 Jan 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 18 Mar 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- RENFREWSHIRE COUNCIL
- Contact Name
- Rachel O'Neill
- Contact Email
- brian.bradley@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=DEC402397
Electronic Suited Key Lock System - The Council wishes to instruct the installation of an electronic suited key lock system to improve key management and access to Council wide premises. The aim is to reduce the administrative burden in issuing keys and the inherent risk presented by lost keys. The system will involve the use of electronic smart keys that can be programmed via a cloud hosted solution to restrict premises access and improve premises security. It is envisaged that the implementation of this solution will involve the replacement of key barrels and padlocks currently in place on doors and roller shutters in various premises within the Council boundary. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409857
Electronic Suited Key Lock System - The Council has awarded contract for the installation of an electronic suited key lock system to improve key management and access to Council wide premises.
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-r6ebe6-0000621719-2021-03-18T00:00:00Z",
"date": "2021-03-18T00:00:00Z",
"ocid": "ocds-r6ebe6-0000621719",
"initiationType": "tender",
"parties": [
{
"id": "org-68",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "brian.bradley@renfrewshire.gov.uk",
"telephone": "+44 3003000300",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
},
"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-69",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-10",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"name": "Rachel O'Neill",
"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-220",
"name": "ASSA ABLOY Ltd",
"identifier": {
"legalName": "ASSA ABLOY Ltd"
},
"address": {
"streetAddress": "School Street",
"locality": "Willenhall",
"region": "UK",
"postalCode": "WV13 3PW"
},
"contactPoint": {
"telephone": "+44 7825601727"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-214",
"name": "See VI.4.3 below",
"identifier": {
"legalName": "See VI.4.3 below"
},
"address": {
"locality": "See VI.4.3 below"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-10"
},
"tender": {
"id": "RC-CPU-19-028",
"title": "Electronic Suited Key Lock System",
"description": "The Council has awarded contract for the installation of an electronic suited key lock system to improve key management and access to Council wide premises.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "44521120",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "goods",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2021-01-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-01-28T12:30:00Z"
},
"documents": [
{
"id": "DEC402397",
"documentType": "contractNotice",
"title": "Electronic Suited Key Lock System",
"description": "The Council wishes to instruct the installation of an electronic suited key lock system to improve key management and access to Council wide premises. The aim is to reduce the administrative burden in issuing keys and the inherent risk presented by lost keys. The system will involve the use of electronic smart keys that can be programmed via a cloud hosted solution to restrict premises access and improve premises security. It is envisaged that the implementation of this solution will involve the replacement of key barrels and padlocks currently in place on doors and roller shutters in various premises within the Council boundary.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402397",
"format": "text/html"
},
{
"id": "MAR409857",
"documentType": "awardNotice",
"title": "Electronic Suited Key Lock System",
"description": "The Council has awarded contract for the installation of an electronic suited key lock system to improve key management and access to Council wide premises.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR409857",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The Council has awarded a contract for the installation of an electronic suited key lock system to improve key management and access to Council wide premises.",
"status": "complete",
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "allowed"
},
"contractPeriod": {
"durationInDays": 1800
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2021-01-28T12:30:00Z",
"address": {
"streetAddress": "Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley."
},
"description": "Tenders will be opened in accordance with the Councils Standing Orders"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 8 and 9 of the Procurement (Scotland) Regulations 2016"
},
{
"type": "economic",
"description": "Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.1.1: Bidders will be required to have a minimum \"general\" yearly turnover of 60,000 GBP for the last 2 years. Statement for 4B.3: Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading. Statement for 4B.5.1 and 4B.5.2: It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: http://www.hse.gov.uk/pubns/hse40.pdf Statement for 4B.6 Tenderers must evidence a good credit rating as well as meeting the turnover requirements shown above.",
"minimum": "For 4B.5.1 and 4B.5.2: Employer's (Compulsory) Liability Insurance = 5,000,000 GBP each and every claim Public and Products Liability Insurance = 5,000,000 GBP each and every claim (but in the aggregate for products) Professional Indemnity - minimum 100,000 GBP in the aggregate Statutory third party motor vehicle insurance - to be evidenced by way of a valid MV certificate in the company name http://www.hse.gov.uk/pubns/hse40.pdf For 4B.6: The Council will also require the economic operator to evidence, where possible, they have a Dun & Bradstreet (D&B) failure score of no less than 20. The Council recognises that many businesses have been directly affected by the Coronavirus pandemic and therefore may be unable to meet the D&B score. Where an economic operator wishes to be considered for selection under this contract, but cannot meet the D&B score, that economic operator must provide financial information which will satisfy the Council they have an equivalent level of economic and financial standing and must provide related guarantees or formal assurances to support their right to participate, and be considered, for any contract award. Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability of the Key subcontractor as part of the qualification process."
},
{
"type": "technical",
"description": "Please refer to the following statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Statement for 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. Statement for 4C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last three years. Statement for 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Statement for 4C.11 Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity: Please refer to these statements when completing Section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they 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 have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement). Bidders will be required to confirm that they 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 have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).",
"minimum": "Part 4C.6 and Part 4C.6.1 Bidders must confirm that their staff deployed in the delivery of this contract will hold the appropriate qualifications. These are: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: - All staff involved in the installation phase are to be trained in asbestos awareness. Bidders unable to demonstrate compliance with the above statement will have their tender rejected"
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2021-06-25T00:00:00Z"
}
},
"classification": {
"id": "44000000",
"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 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session",
"hasRecurrence": false
},
"language": "EN",
"description": "(SC Ref:648072)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621719"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000621719"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "RC-CPU-19-028",
"suppliers": [
{
"id": "org-220",
"name": "ASSA ABLOY Ltd"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-19-028",
"awardID": "RC-CPU-19-028",
"status": "active",
"value": {
"amount": 93233.93,
"currency": "GBP"
},
"dateSigned": "2021-03-18T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "667",
"measure": "bids",
"value": 1,
"relatedLot": "1"
},
{
"id": "668",
"measure": "smeBids",
"value": 0,
"relatedLot": "1"
},
{
"id": "669",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "670",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "671",
"measure": "electronicBids",
"value": 1,
"relatedLot": "1"
}
]
}
}