Award

Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings

PERTH & KINROSS COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

The public procurement process involves Perth & Kinross Council seeking tenders for the "Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings." This contract falls under the 'Works' category and is aimed at providing maintenance services for critical systems such as fire hydrants and gas detection systems. The tender was conducted openly, with a deadline for bids set for 8th February 2021. The contract was awarded to Team Services Fire Systems, with a total value of £604,656.22, and is currently active.

This tender presents significant opportunities for businesses specialising in maintenance and servicing of fire and safety systems, particularly small and medium-sized enterprises (SMEs) with relevant qualifications, such as UKAS certifications. Companies that have experience with local authority contracts and can demonstrate appropriate technical and financial capabilities would be well-positioned to compete. The contract also allows for potential extensions, enhancing the prospect of long-term partnership with Perth & Kinross Council.

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

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 approx contract value includes the extension option.

Renewal: There is an option to extended the contract for a period of up to 48 months.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000642198
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN418303
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
PCS Notice - Website Contract Award Notice
Procurement Type
Standard
Procurement Category
Works
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

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
£604,656 £500K-£1M

Notice Dates

Publication Date
15 Jun 20214 years ago
Submission Deadline
8 Feb 2021Expired
Future Notice Date
Not specified
Award Date
31 May 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

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

Supplier Information

Number of Suppliers
1
Supplier Name

TEAM SERVICES FIRE SYTEMS

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-r6ebe6-0000642198-2021-06-15T00:00:00Z",
    "date": "2021-06-15T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000642198",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-32",
            "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-33",
            "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"
            ]
        },
        {
            "id": "org-302",
            "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": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "05",
                        "description": "Environmental protection",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.pkc.gov.uk"
            }
        },
        {
            "id": "org-303",
            "name": "Team Services Fire Sytems",
            "identifier": {
                "legalName": "Team Services Fire Sytems"
            },
            "address": {
                "streetAddress": "189 old Shettleston Road",
                "locality": "Glasgow",
                "region": "UKM8",
                "postalCode": "G32 7HN"
            },
            "contactPoint": {
                "telephone": "+44 7809282826"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-304",
            "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-302"
    },
    "tender": {
        "id": "PKC11474",
        "title": "Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings",
        "description": "Planned Preventative & Reactive Maintenance Of Life Systems in Public Buildings",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKM77"
                    },
                    {
                        "region": "UKM77"
                    }
                ],
                "relatedLot": "1",
                "additionalClassifications": [
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Perth and Kinross"
                }
            }
        ],
        "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": "2021-02-08T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-02-08T12:00:00Z"
        },
        "documents": [
            {
                "id": "JAN405228",
                "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=JAN405228",
                "format": "text/html"
            },
            {
                "id": "JUN418303",
                "documentType": "awardNotice",
                "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=JUN418303",
                "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 approx contract value includes the extension option.",
                "status": "complete",
                "value": {
                    "amount": 308000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There is an option to extended the contract for a period of up to 48 months."
                }
            }
        ],
        "bidOpening": {
            "date": "2021-02-08T12:00:00Z"
        },
        "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": "(SC Ref:655701)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000642198"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000642198"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "PKC11474",
            "suppliers": [
                {
                    "id": "org-303",
                    "name": "Team Services Fire Sytems"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PKC11474",
            "awardID": "PKC11474",
            "status": "active",
            "value": {
                "amount": 604656.22,
                "currency": "GBP"
            },
            "dateSigned": "2021-05-31T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1085",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "1086",
                "measure": "smeBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "1087",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1088",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1089",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}