Notice Information
Notice Title
MTC for CCTV and Door Entry to Tower Concierge Systems, Sheltered Housing Units and Supported Accommodation Units 2021-2022 HO DE 20 741
Notice Description
This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems
Lot Information
Lot 1
This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246) ("TUPE")may apply to this contract.. Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246) ("TUPE")may apply to this contract.
Renewal: A possible 2 further individual extensions may be granted. Each extension will be for a period of 3 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000626624
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400386
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website 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
50 - Repair and maintenance services
-
- CPV Codes
50610000 - Repair and maintenance services of security equipment
Notice Value(s)
- Tender Value
- £155,000 £100K-£500K
- Lots Value
- £155,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- £155,000 £100K-£500K
Notice Dates
- Publication Date
- 24 Nov 20205 years ago
- Submission Deadline
- 28 Aug 2020Expired
- Future Notice Date
- Not specified
- Award Date
- 28 Oct 20205 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
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Head of Assets and Procurement Solutions (Infrastructure)
- Contact Email
- corporateprocurement@northlan.gov.uk
- Contact Phone
- +44 1698403876
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
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=1
30th July 2020 - ITT v1.0 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=2
30th July 2020 - Apendix J - HO DE 20741 PCI for CCTV NLC -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=3
30th July 2020 - Section 7 CCTV all Asset info across asset types -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=4
30th July 2020 - Section 7 Intruder Alarms Asset list -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=5
30th July 2020 - Section 7 Pedestrian and vehicle gates asset info -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=6
30th July 2020 - Section 7 Servicing Specification -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=7
30th July 2020 - Section 7 Tower CCTV&Door Entry asset address list -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=8
30th July 2020 - Section 8 SORS and Servicing Costs -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=9
30th July 2020 - Section 9.1 - Community Ben Tracker V1.0 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=10
30th July 2020 - Balanced Scorecard example 19-20 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=11
30th July 2020 - ESPD (Scotland) v1.14 -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391520
MTC for CCTV and Door Entry to Tower Concierge Systems, Sheltered Housing Units and Supported Accommodation Units 2021-2022 HO DE 20 741 - This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400386
MTC for CCTV and Door Entry to Tower Concierge Systems, Sheltered Housing Units and Supported Accommodation Units 2021-2022 HO DE 20 741 - This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-r6ebe6-0000626624-2020-11-24T00:00:00Z",
"date": "2020-11-24T00:00:00Z",
"ocid": "ocds-r6ebe6-0000626624",
"initiationType": "tender",
"parties": [
{
"id": "org-20",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UK",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Head of Assets and Procurement Solutions (Infrastructure)",
"email": "corporateprocurement@northlan.gov.uk",
"telephone": "+44 1698403876",
"faxNumber": "+44 1698275125",
"url": "http://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.northlanarkshire.gov.uk"
}
},
{
"id": "org-21",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4Beckford Street",
"locality": "Hamilton",
"postalCode": "ML30BT"
},
"contactPoint": {
"email": "hamilton@scotcourts.gov.uk",
"telephone": "+44 1698282957",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-139",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"email": "corporateprocurement@northlan.gov.uk",
"telephone": "+44 1698403876",
"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.northlanarkshire.gov.uk"
}
},
{
"id": "org-89",
"name": "SPIE Scotshield Limited",
"identifier": {
"legalName": "SPIE Scotshield Limited"
},
"address": {
"streetAddress": "One Rutherglen Links, Rutherglen Business Park",
"locality": "Glasgow",
"region": "UKM95",
"postalCode": "G73 1DF"
},
"contactPoint": {
"telephone": "+44 7908599032"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-13",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"email": "hamiltoncivl@scotcourts.gov.uk",
"telephone": "+44 698282957",
"url": "http://www.scotscourts.gov.uk"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-139"
},
"tender": {
"id": "HO DE 20 741 (NLC-CPT-20-046)",
"title": "MTC for CCTV and Door Entry to Tower Concierge Systems, Sheltered Housing Units and Supported Accommodation Units 2021-2022 HO DE 20 741",
"description": "This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50610000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "North Lanarkshire"
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 155000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2020-08-28T12:00:00Z"
},
"awardPeriod": {
"startDate": "2020-08-28T12:00:00Z"
},
"documents": [
{
"id": "JUL391520",
"documentType": "contractNotice",
"title": "MTC for CCTV and Door Entry to Tower Concierge Systems, Sheltered Housing Units and Supported Accommodation Units 2021-2022 HO DE 20 741",
"description": "This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL391520",
"format": "text/html"
},
{
"id": "JUL391520-1",
"title": "ITT v1.0",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=1",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL391520-2",
"title": "Apendix J - HO DE 20741 PCI for CCTV NLC",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=2",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUL391520-3",
"title": "Section 7 CCTV all Asset info across asset types",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=3",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL391520-4",
"title": "Section 7 Intruder Alarms Asset list",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=4",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL391520-5",
"title": "Section 7 Pedestrian and vehicle gates asset info",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=5",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL391520-6",
"title": "Section 7 Servicing Specification",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=6",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL391520-7",
"title": "Section 7 Tower CCTV&Door Entry asset address list",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=7",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL391520-8",
"title": "Section 8 SORS and Servicing Costs",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=8",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL391520-9",
"title": "Section 9.1 - Community Ben Tracker V1.0",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=9",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUL391520-10",
"title": "Balanced Scorecard example 19-20",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=10",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/pdf"
},
{
"id": "JUL391520-11",
"title": "ESPD (Scotland) v1.14",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUL391520&idx=11",
"datePublished": "2020-07-30T16:34:21Z",
"dateModified": "2020-07-30T16:34:21Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "NOV400386",
"documentType": "awardNotice",
"title": "MTC for CCTV and Door Entry to Tower Concierge Systems, Sheltered Housing Units and Supported Accommodation Units 2021-2022 HO DE 20 741",
"description": "This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV400386",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This procurement exercise is being carried out as one lot consisting of the cyclical servicing and repair of CCTV Concierge Systems, Intruder Alarms and Security Gates. The work also includes priority coded ad-hoc response repairs orders for the replacement of major items of plant which cannot be economically repaired. The entry system types covered by the contract are identified on the asset lists provided and include the following: - CCTV Monitoring Systems - Concierge Systems, including: a) Controlled Door Entry b) CCTV and c) Gate and Barrier Equipment - Intruder Alarm Systems o Stand alone o With Digital Communicator Signalling - Access Control Door Entry Systems Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246) (\"TUPE\")may apply to this contract.. Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246) (\"TUPE\")may apply to this contract.",
"status": "complete",
"value": {
"amount": 155000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 180
},
"hasRenewal": true,
"renewal": {
"description": "A possible 2 further individual extensions may be granted. Each extension will be for a period of 3 months."
}
}
],
"bidOpening": {
"date": "2020-08-28T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Please refer to the information contained within the Invitation to Tender and associated documents"
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "ESPD Selection Criteria, question Section A Part IV, Suitability, the following questions: 4A.1 and 4A.1.1 Minimum level(s) of standards require: 4A.1 - Candidates must be registered or 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, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B1.2, 4B.1.3, 4B.3, 4B5.1b, 4B.5.2, 4B.5.3 , 4B.6. and 4B.6.1.",
"minimum": "4B.1.2 - Candidates will be required to have a average yearly turnover of a minimum of 200,000 GBP for the last three (3) years statutory accounts that are available. Candidates who have not yet submitted three years' statutory accounts but can demonstrate three 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 three 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 documentation 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.5.1b - 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. 4B.6 - Candidates will be required to have an Equifax Score Check Grade of D- or above or equivalent. Any equivalent relied upon must be demonstrated by the tenderer to be of such a standard. It shall be the tenderer's responsibility to review its own Equifax Score Check Grade (or equivalent) in advance of returning its tender/ESPD. If, following this review, the tenderer does not consider that the Equifax Score Check Grade (or equivalent) reflects its current financial status; the tenderer must provide a detailed explanation in response to question 4B.6, together with relevant supporting independent evidence. Where the tenderer is under no obligation to publish accounts and therefore does not have a Equifax Score Check Grade (or equivalent) rating, it must provide its audited financial accounts for the two years prior to the publication of this notice as part of its tender/ESPD, in order that the Authority may assess these to determine whether the Tenderer meets the published minimum standards. 4B.6.1 - 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 4B1.2, 4B.1.3, 4B.3, 4B5.1b, 4B.5.2, 4B.5.3 , 4B.6. and 4B.6.1 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": "All as per separate document Owing to the character limitations in this section it is not possible to provide a comprehensive description of the selection criteria relating to section III.1.3 in the Contract Notice. Therefore the Objective and NonDiscriminatory Criteria for III.1.3 are set out in full in \"Section 1- Information to Tender\" which can be accessed through the additional information area within the portal ESPD Selection Criteria, question Section C, Part IV, Economic and Financial Standing, the following questions: 4C.1.2, 4C.10, 4D.1, 4D.1.1, 4D.1.2, 4D.2, 4D.2.1 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%. You are required to provide 3 examples, at least one example shall be completed through final defects. Your examples should be in line with the value, scope, size and complexity of these services. The Scoring Methodology for this question can be found in Appendix 1- ESPD Minimum Requirements of the attached ITT document. Candidates will be required to achieve an average minimum score of 50 for this question. An average minimum score of less than 50 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 contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. 4D.1 (Quality Management Procedures) - 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 or satisfy items 2a-2g as listed in Appendix 1 ESPD Requirements. 4D.1 (Health and Safety Procedures) - 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 Appendix 1 ESPD Requirements. 4D.1.1 - If not, please explain why and specify which other means of proof concerning quality assurance scheme can be provided.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. 4D.1.2 - If the relevant documentation is available electronically, please indicate. 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. 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 Appendix 1 ESPD Requirements. 4D.2.1 - If not, please explain why and specify which other means of proof concerning quality assurance scheme can be provided.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. 4D.2.2 - If the relevant documentation is available electronically, please indicate.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": "50610000",
"scheme": "CPV"
},
"hasRecurrence": false,
"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 Court of Session."
},
"language": "EN",
"description": "Bidders should note that all documents listed in ITT Section 12 \"Checklist of Required Documents\" must be fully completed and submitted to ensure the submission is considered complete. NOTE: To register your interest in this notice and obtain any additional information, please visit the Public Contracts Scotland Website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=617738. The Buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=623754. The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx. Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems. (SC Ref:637048)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000626624"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000626624"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "NLC-CPT-20-046",
"suppliers": [
{
"id": "org-89",
"name": "SPIE Scotshield Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NLC-CPT-20-046",
"awardID": "NLC-CPT-20-046",
"status": "active",
"value": {
"amount": 155000,
"currency": "GBP"
},
"dateSigned": "2020-10-28T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "287",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "288",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "289",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "290",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "291",
"measure": "electronicBids",
"value": 0,
"relatedLot": "1"
}
]
}
}