Notice Information
Notice Title
Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings
Notice Description
Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings
Lot Information
Lot 1
tender opportunity for a company to undertake servicing/ maintenance to each of the following systems: - Fire hydrants - Wet fire suppression sprinkler systems - Gas detection systems - Gaseous fire extinguishing systems - Dry riser inspection & testing. Please note the contract value includes the extension option.
Options: There is an option to extended the contract for a period of up to 12 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000638940
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402071
- Current Stage
- Tender
- All Stages
- Tender
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Notice
- Procurement Type
- Standard
- Procurement Category
- Works
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
45 - Construction work
-
- CPV Codes
45000000 - Construction work
Notice Value(s)
- Tender Value
- £308,000 £100K-£500K
- Lots Value
- £308,000 £100K-£500K
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 14 Dec 20205 years ago
- Submission Deadline
- 15 Jan 2021Expired
- Future Notice Date
- Not specified
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Active
- Lots Status
- Active
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- PERTH & KINROSS COUNCIL
- Contact Name
- Fraser Davidson
- Contact Email
- fdavidson@pkc.gov.uk
- Contact Phone
- +44 1738475825
Buyer Location
- Locality
- PERTH
- Postcode
- PH1 5GD
- Post Town
- Perth
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM02 Perth and Kinross, and Stirling
- Delivery Location
- TLM77 Perth and Kinross, and Stirling
-
- Local Authority
- Perth and Kinross
- Electoral Ward
- Perth City Centre
- Westminster Constituency
- Perth and Kinross-shire
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402071
Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings - Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings
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-r6ebe6-0000638940-2020-12-14T00:00:00Z",
"date": "2020-12-14T00:00:00Z",
"ocid": "ocds-r6ebe6-0000638940",
"initiationType": "tender",
"parties": [
{
"id": "org-104",
"name": "Perth & Kinross Council",
"identifier": {
"legalName": "Perth & Kinross Council"
},
"address": {
"streetAddress": "Pullar House, Kinnoull Street",
"locality": "Perth",
"region": "UKM77",
"postalCode": "PH1 5GD"
},
"contactPoint": {
"name": "Fraser Davidson",
"email": "fdavidson@pkc.gov.uk",
"telephone": "+44 1738475825",
"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.pkc.gov.uk"
}
},
{
"id": "org-105",
"name": "Perth Sheriff Court House",
"identifier": {
"legalName": "Perth Sheriff Court House"
},
"address": {
"streetAddress": "Tay Street PH2 8NL",
"locality": "Perth",
"postalCode": "PH2 8NL"
},
"contactPoint": {
"telephone": "+44 1738620546",
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Perth & Kinross Council",
"id": "org-104"
},
"tender": {
"id": "PKC11437",
"title": "Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings",
"description": "Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings",
"status": "active",
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"region": "UKM77"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 308000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
"tenderPeriod": {
"endDate": "2021-01-15T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-01-15T12:00:00Z"
},
"documents": [
{
"id": "DEC402071",
"documentType": "contractNotice",
"title": "Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings",
"description": "Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC402071",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "tender opportunity for a company to undertake servicing/ maintenance to each of the following systems: - Fire hydrants - Wet fire suppression sprinkler systems - Gas detection systems - Gaseous fire extinguishing systems - Dry riser inspection & testing. Please note the contract value includes the extension option.",
"status": "active",
"value": {
"amount": 308000,
"currency": "GBP"
},
"options": {
"description": "There is an option to extended the contract for a period of up to 12 months."
},
"hasOptions": true,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": false
}
],
"bidOpening": {
"date": "2021-01-15T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"performanceTerms": "Refer to tender documentation on PCS-T."
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Any Contractor or Sub-Contractor undertaking works shall be an Approved Contractor on the roll of the following bodies: - British Approvals for Fire Equipment (BAFE) - British Automatic Fire Sprinkler Association (BAFSA) - F-Gas Certification"
},
{
"type": "economic",
"description": "Bidders will be required to state the values for the following for the last two financial years: 1. Current Ratio (Current Assets divided by Current Liabilities) 2. Net Assets (Net Worth) (value per the Balance Sheet, no calculations required) The Bidder must confirm they already have, or can commit to obtain, prior to commencement of the contract the types and levels of insurance indicated below: Employer's Liability Insurance in the sum of 10,000,000GBP for each and every claim. Public Liability Insurance in the sum of 5,000,000 GBP for each and every claim. Professional Indemnity Insurance in the sum of 2,000,000 GBP in the aggregate of one automatic reinstatement of this sum permitted within the policy terms.",
"minimum": "The acceptable range is: 1. Current Ratio it is expected that the ratio for all years is equal to or greater than 1, i.e. Current Assets will equal or exceed Current Liabilities. Reasons for not meeting the required test to be disclosed by tenderers together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. 2. Net Assets (Net Worth) it is expected that the Net Worth for all years will be positive, i.e. a Net Assets position. Reasons for not meeting the required test to be disclosed together with appropriate supporting evidence to confirm the suitability of the tenderer for the contract. The Council will download a Dun & Bradstreet Credit Report for the preferred supplier prior to the award of contract. The contract will not be awarded in the event that the assessment of business failure is regarded as 'High' or 'Severe'. The Council may require additional satisfactory evidence in the event that the risk of business failure is regarded as 'Moderate - High' or 'Moderate' to justify the award of contract. If the supplier fails to provide satisfactory and acceptable evidence, Perth & Kinross Council is not obliged to award the contract to the most economically advantageous tenderer."
},
{
"type": "technical",
"description": "Bidders are required to provide details of their participation in contracts or frameworks where they have successfully delivered comparable works within a similar environment, i.e. non-domestic, over a term (3 to 4 years) for a local authority or similar scale body. Details should be relevant to this contract that the bidder is tendering for and include 3 examples",
"minimum": "Quality Management Procedures 1. The bidder must hold a UKAS (or equivalent) accredited independent thirdparty certificate of compliance in accordance with BS EN ISO 9001 OR 2. The bidder must meet one of the alternative criteria set out in the Instructions for Tenderers on PCS-T. Health and Safety Procedures 3. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) OR, The bidder must meet one of the alternative as set out in the Instructions for Tenderers document on PCS-T. 4l. FOR CONSTRUCTION/WORKS CONTRACTS ONLY Documented arrangements for ensuring that on-site welfare provision meets legal requirements and the needs/expectations of the bidder's employees. 4m. You must meet any health and safety requirements placed upon you by law. 4D.2 Environmental Management 1 The Bidder 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 The bidder must meet one of the alternative as set out in the Instructions for Tenderers document on PCS-T."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 90
}
},
"classification": {
"id": "45000000",
"scheme": "CPV"
},
"hasRecurrence": false
},
"language": "EN",
"description": "The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 17602. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 (SC Ref:638940)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000638940"
}
],
"noticetype": "PCS Notice - Website Contract Notice"
}