Notice Information
Notice Title
Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems).
Notice Description
The employment of a suitably experienced Contractor to carry out a contract for the Statutory Compliance and Reactive Repairs to various types and manufacture of Powered Pedestrian Access Doors throughout the Councils estate. The contract also includes for reactive maintenance and repairs to Door Entry Access Systems (video and audio) and Access Control Systems (card/fob readers, access keypads).
Lot Information
Lot 1
To carry out; ~ Statutory Inspection and Maintenance of Powered Pedestrian Access Doors. ~ Reactive Repairs to Powered Pedestrian Access Doors. ~ Reactive Repairs to Access Control Systems. ~ Reactive Repairs to Door Entry Systems.. The anticipated annual value of this contract is estimated to be in the region of GBP140,000.00.
Renewal: The Council will have, at its sole discretion, the option to extend the contract for additional periods up to a maximum contract period of 5 years (the length of any extension period awarded will be determined by the Council).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000646462
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420670
- 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
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50700000 - Repair and maintenance services of building installations
50710000 - Repair and maintenance services of electrical and mechanical building installations
Notice Value(s)
- Tender Value
- £700,000 £500K-£1M
- Lots Value
- £700,000 £500K-£1M
- Awards Value
- Not specified
- Contracts Value
- £700,000 £500K-£1M
Notice Dates
- Publication Date
- 8 Jul 20214 years ago
- Submission Deadline
- 13 Apr 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 8 Jul 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend.
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
- Not specified
- Contact Email
- cpu@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=MAR408925
Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems). - The Council is seeking to employ a suitably experienced Contractor to carry out a contract for the Statutory Compliance and Reactive Repairs to various types and manufacture of Powered Pedestrian Access Doors throughout the Councils estate. The contract also includes for reactive maintenance and repairs to Door Entry Access Systems (video and audio) and Access Control Systems (card/fob readers, access keypads). -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420670
Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems). - The employment of a suitably experienced Contractor to carry out a contract for the Statutory Compliance and Reactive Repairs to various types and manufacture of Powered Pedestrian Access Doors throughout the Councils estate. The contract also includes for reactive maintenance and repairs to Door Entry Access Systems (video and audio) and Access Control Systems (card/fob readers, access keypads).
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-r6ebe6-0000646462-2021-07-08T00:00:00Z",
"date": "2021-07-08T00:00:00Z",
"ocid": "ocds-r6ebe6-0000646462",
"initiationType": "tender",
"parties": [
{
"id": "org-54",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "cpu@renfrewshire.gov.uk",
"telephone": "+44 3003000300"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-10",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament House,Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewContactPoint",
"reviewBody"
]
},
{
"id": "org-99",
"name": "Renfrewshire Council",
"identifier": {
"legalName": "Renfrewshire Council"
},
"address": {
"streetAddress": "Renfrewshire House, Cotton Street",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1JB"
},
"contactPoint": {
"email": "cpu@renfrewshire.gov.uk",
"telephone": "+44 3003000300"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-227",
"name": "Robertson-Acom Limited",
"identifier": {
"legalName": "Robertson-Acom Limited"
},
"address": {
"streetAddress": "52, Kilnside Road",
"locality": "Paisley",
"region": "UKM83",
"postalCode": "PA1 1RN"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-132",
"name": "Court of Session",
"identifier": {
"legalName": "Court of Session"
},
"address": {
"streetAddress": "Parliament Square",
"locality": "Edinburgh",
"postalCode": "EH1 1RQ"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewContactPoint",
"reviewBody",
"mediationBody"
]
}
],
"buyer": {
"name": "Renfrewshire Council",
"id": "org-99"
},
"tender": {
"id": "RC-CPU-19-355",
"title": "Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems).",
"description": "The employment of a suitably experienced Contractor to carry out a contract for the Statutory Compliance and Reactive Repairs to various types and manufacture of Powered Pedestrian Access Doors throughout the Councils estate. The contract also includes for reactive maintenance and repairs to Door Entry Access Systems (video and audio) and Access Control Systems (card/fob readers, access keypads).",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "50710000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "The geographical area of Renfrewshire Council."
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 700000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictenderscotlands.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2021-04-13T12:00:00Z"
},
"awardPeriod": {
"startDate": "2021-04-13T12:00:00Z"
},
"documents": [
{
"id": "MAR408925",
"documentType": "contractNotice",
"title": "Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems).",
"description": "The Council is seeking to employ a suitably experienced Contractor to carry out a contract for the Statutory Compliance and Reactive Repairs to various types and manufacture of Powered Pedestrian Access Doors throughout the Councils estate. The contract also includes for reactive maintenance and repairs to Door Entry Access Systems (video and audio) and Access Control Systems (card/fob readers, access keypads).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR408925",
"format": "text/html"
},
{
"id": "JUL420670",
"documentType": "awardNotice",
"title": "Term Contract for the Statutory Compliance and Reactive Repairs of Powered Pedestrian Access Doors (including Reactive Repairs to Door Entry and Access Control Systems).",
"description": "The employment of a suitably experienced Contractor to carry out a contract for the Statutory Compliance and Reactive Repairs to various types and manufacture of Powered Pedestrian Access Doors throughout the Councils estate. The contract also includes for reactive maintenance and repairs to Door Entry Access Systems (video and audio) and Access Control Systems (card/fob readers, access keypads).",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL420670",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "To carry out; ~ Statutory Inspection and Maintenance of Powered Pedestrian Access Doors. ~ Reactive Repairs to Powered Pedestrian Access Doors. ~ Reactive Repairs to Access Control Systems. ~ Reactive Repairs to Door Entry Systems.. The anticipated annual value of this contract is estimated to be in the region of GBP140,000.00.",
"status": "complete",
"value": {
"amount": 700000,
"currency": "GBP"
},
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Fair Working Practices",
"description": "5"
},
{
"type": "price",
"description": "70"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1080
},
"hasRenewal": true,
"renewal": {
"description": "The Council will have, at its sole discretion, the option to extend the contract for additional periods up to a maximum contract period of 5 years (the length of any extension period awarded will be determined by the Council)."
}
}
],
"bidOpening": {
"date": "2021-04-13T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true
},
"coveredBy": [
"GPA"
],
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders will be required to state if any of the exclusion grounds as detailed within Regulation 58 (1) of The Public Contracts (Scotland) Regulations 2015 apply to them. If required by the Bidder's country of establishment, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established (in the United Kingdom, the bidder is a company registered with the Registrar of Companies and can provide a certificate stating that he is certified as incorporated or registered or, where he is not so certified, a certificate stating that the person concerned has declared on oath that he is engaged in the profession in a specific place under a given business name). Bidders will be required to state if it is a requirement in the Bidder's country of establishment to hold a particular authorisation or membership of a particular organisation in order to be able to perform the service in question. Where it is required, within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service and also must confirm if they hold the particular authorisation or memberships."
},
{
"type": "economic",
"description": "Bidders will be required to have a minimum \"general\" yearly turnover of GBP280,000.00 for the last 3 years. 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/started trading. Where a Bidder fails to meet the minimum financial turnover requirements in its own right but is a subsidiary of a group, the bidder must state if they are relying on a parent company guarantee (the parent company must meet the stipulated minimum financial requirements). The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is applying as part of a consortium the collective annual turnover of all consortium members will be utilised in the overall assessment of annual turnover. Bidders will require to evidence the equivalent of a Dun and Bradstreet Failure Score of 20 or above. If a Bidder considers that the D&B Failure Score does not reflect their current financial status, the Bidder should give a detailed explanation and will be required to provide any relevant supporting independent evidence at request for documentation stage. Where the Bidder is a subsidiary of a group but is applying as a separate legal entity and fails to meet the minimum D&B Failure Score (or equivalent) as a company, a parent company guarantee will be required. The parent company must meet the minimum financial requirements as assessed by the Council. The parent company guarantee will be in the form provided in the Tender Documentation (Appendix A1). Where a Bidder is under no obligation to publish accounts and therefore does not have a D&B Failure Score, they will be required to provide their audited financial accounts for the previous 2 years as part of the request for documentation stage in order that the Council may assess these to determine the suitability of the Bidder to undertake a contract of this size. Where a consortium bid is received, the D&B Failure Score of each consortium member shall be assessed. Bidders must hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance - statutory minimum GBP5m each and every claim. Public and Product Liability Insurance - minimum GBP5m each and every claim but in the aggregate for products. Professional Indemnity Insurance - minimum GBP1m in the annual aggregate. Statutory Third Party Motor Vehicle Insurance.",
"minimum": "Bidders must have; ~ a minimum \"general\" yearly turnover of GBP280,000.00 for the last 3 years. ~ a minimum Dun and Bradstreet Failure Score of 20 or other equivalent credit rating. ~ Employer's (Compulsory) Liability Insurance with a minimum indemnity limit of GBP5m each and every claim. ~ Public and Product Liability Insurance with a minimum indemnity limit of GBP5m each and every claim but in the aggregate for products. ~ Professional Indemnity Insurance with a minimum indemnity limit of GBP1m in the annual aggregate. ~ Statutory Third Party Motor Vehicle Insurance."
},
{
"type": "technical",
"description": "In order for the Council to assess the suitability of the Bidder to carry out the works/services required under this contract, the Bidder is required to provide the following information (it will be at the Councils sole discretion as to whether the information provide by the Bidder is acceptable as evidence of the Bidders suitability to carry out the works/services); ~ 3 examples that demonstrate that they have the relevant experience to deliver the works/services required under this contract. ~ Details of the experience, training and any related certification of the Engineers to be employed in relation to the execution of this Contract. ~ Details of membership of any related industry bodies such as the Automatic Door Supplier Association or Automatic Door Installers Association or equivalent organisations. Bidders will be required to confirm their average annual manpower for the last three years and the number of managerial staff for the last three years. Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the works/services required under this contract. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract (Where the Bidder intends to sub-contract more than 25% of any contract value to a single sub-contractor, a financial report will be carried out on the sub-contractor. The Council reserve the right to request one copy of all sub-contractors last 2 years audited accounts and details of significant changes since the last year end. The Council also reserve the right to reject the use of sub-contractors in relation to the contract, where they fail to meet the Council's minimum financial criteria). Bidders must have Health and Safety accreditation to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Quality Management accreditation to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management, endorsed by the Chief Executive Officer or equivalent. Bidders must have Environmental Management accreditation to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management, endorsed by the Chief Executive Officer or equivalent.",
"minimum": "Bidders must have previous relevant experience. Bidders must have the appropriate number of employees to successfully deliver this contract. Bidders must have the appropriate tools, plant and equipment to successfully deliver this contract. Bidders must state if they intend to subcontract any portion of this contract. Bidders must be accredited to BS OHSAS 18001 (or equivalent) or have a documented policy for Health and Safety Management. Bidders must be accredited to BS EN ISO 9001 (or equivalent) or have a documented policy for Quality Management. Bidders must be accredited to BS EN ISO 14001 (or equivalent) or have a documented policy for Environmental Management."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2021-10-11T00:00:00Z"
}
},
"classification": {
"id": "50700000",
"scheme": "CPV"
},
"reviewDetails": "An economic operator that suffers or risks suffering, loss or damage attributable to breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2015/446, as amended) may bring proceedings in the Sheriff Court or the Court of Session in accordance with Regulation 88 of the 2015 Regulations.",
"hasRecurrence": true,
"recurrence": {
"description": "Further notices will be issued prior to the expiry of this contract. The actual contract expiry date will be dependent on whether the Council takes up the options to extend."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "Any information contained within this notice relating to the value of this contract is the maximum authorised contract value over the contract term and does not represent the value of any bids received. (SC Ref:660049)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000646462"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000646462"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "RC-CPU-19-355",
"suppliers": [
{
"id": "org-227",
"name": "Robertson-Acom Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "RC-CPU-19-355",
"awardID": "RC-CPU-19-355",
"status": "active",
"value": {
"amount": 700000,
"currency": "GBP"
},
"dateSigned": "2021-07-08T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2021/S 000-004615"
}
],
"bids": {
"statistics": [
{
"id": "661",
"measure": "bids",
"value": 6,
"relatedLot": "1"
},
{
"id": "662",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "663",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "664",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "665",
"measure": "electronicBids",
"value": 6,
"relatedLot": "1"
}
]
}
}