Award

MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 - 2026 in Non-Domestic Properties

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

13 Oct 2022 at 00:00

Tender

01 Mar 2022 at 00:00

Summary of the contracting process

The North Lanarkshire Council has awarded a contract for "MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022–2026 in Non-Domestic Properties." The procurement process was led by the North Lanarkshire Council. The contract was awarded to SPIE Scotshield Limited, and the contract is currently active. The contract value is £800,000 GBP, and it was signed on 12th October 2022. The tender involved servicing, maintenance, inspection, testing, and certification of fire alarm and fire protection systems at various properties in North Lanarkshire.

This procurement presents an opportunity for businesses providing fire alarm and protection systems services, maintenance, and installation to compete. Companies in the SME category with experience in servicing fire alarm and protection systems in various corporate and leisure properties could find this tender suitable. The deadline for questions regarding the tender was 24th March 2022. The tender aims to ensure that the Council fulfils its duties regarding fire safety systems for a range of building types, offering potential for growth and business development in the fire safety industry.

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

MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 - 2026 in Non-Domestic Properties

Notice Description

There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries. The scope of services required includes (although is not limited to) the following: -cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire; -priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant; -potential reactive new installation works where repairs are not effective (no requirement for contractor design) -providing 24/7 reactive call out service to investigate faults; and, -liaising with other Council maintenance Contractors, when required

Lot Information

Lot 1

There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries. The scope of services required includes (although is not limited to) the following: -cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire; -priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant; -potential reactive new installation works where repairs are not effective (no requirement for contractor design) -providing 24/7 reactive call out service to investigate faults; and, -liaising with other Council maintenance Contractors, when required.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. DEADLINE FOR QUESTIONS IS 12 NOON 24/03/2022

Renewal: Initial Contract will be 13 months and 20 days with the option to extend for up to a further 24 months(each extension period/s being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period),subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000676293
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT461640
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

31 - Electrical machinery, apparatus, equipment and consumables; lighting

50 - Repair and maintenance services


CPV Codes

31625100 - Fire-detection systems

31625200 - Fire-alarm systems

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£800,000 £500K-£1M
Lots Value
£800,000 £500K-£1M
Awards Value
Not specified
Contracts Value
£800,000 £500K-£1M

Notice Dates

Publication Date
13 Oct 20223 years ago
Submission Deadline
1 Apr 2022Expired
Future Notice Date
Not specified
Award Date
12 Oct 20223 years ago
Contract Period
Not specified - Not specified
Recurrence
2nd Quarter 2024

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTH LANARKSHIRE COUNCIL
Contact Name
Karen Gorman
Contact Email
contractstrategy@northlan.gov.uk
Contact Phone
Not specified

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

Supplier Information

Number of Suppliers
1
Supplier Name

SPIE SCOTSHIELD

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-r6ebe6-0000676293-2022-10-13T00:00:00Z",
    "date": "2022-10-13T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000676293",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-104",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Karen Gorman",
                "email": "contractstrategy@northlan.gov.uk",
                "url": "http://www.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-30",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh",
                "postalCode": "EH1 1LB"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-292",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Karen Gorman",
                "email": "contractstrategy@northlan.gov.uk",
                "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-293",
            "name": "SPIE Scotshield Limited",
            "identifier": {
                "legalName": "SPIE Scotshield Limited"
            },
            "address": {
                "streetAddress": "1 Rutherglen Links, Rutherglen Links Business Park,",
                "locality": "Glasgow",
                "region": "UKM95",
                "postalCode": "G73 1DF"
            },
            "contactPoint": {
                "email": "salesadmin.mts@spie.com"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-294",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-292"
    },
    "tender": {
        "id": "NLC-CPT-21-057 / HO PM 21 046",
        "title": "MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 - 2026 in Non-Domestic Properties",
        "description": "There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries. The scope of services required includes (although is not limited to) the following: -cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire; -priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant; -potential reactive new installation works where repairs are not effective (no requirement for contractor design) -providing 24/7 reactive call out service to investigate faults; and, -liaising with other Council maintenance Contractors, when required",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625200",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "North Lanarkshire Council"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 800000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2022-04-01T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2022-04-01T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR442080",
                "documentType": "contractNotice",
                "title": "MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 - 2026 in Non-Domestic Properties",
                "description": "There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries. The scope of services required includes (although is not limited to) the following: -cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire; -priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant; -potential reactive new installation works where repairs are not effective (no requirement for contractor design) -providing 24/7 reactive call out service to investigate faults; and, -liaising with other Council maintenance Contractors, when required",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR442080",
                "format": "text/html"
            },
            {
                "id": "MAR442080-1",
                "title": "HO PM 21 046 - Section 6, Appendix A.1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=1",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-01T12:20:08Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-2",
                "title": "HO PM 21 046 - Main ITT Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=2",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-15T16:31:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR442080-3",
                "title": "HO PM 21 046 - Section 6, Appendix A.2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=3",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-01T12:20:08Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-4",
                "title": "HO PM 21 046 - Section 6, Appendix I",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=4",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-01T12:20:08Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR442080-5",
                "title": "HO PM 21 046 - Section 6, Appendix L.1",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=5",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-01T12:20:08Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-6",
                "title": "HO PM 21 046 - Section 6, Appendix L.2",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=6",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-01T12:20:08Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-7",
                "title": "HO PM 21 046 - Section 7.1 - Specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=7",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-24T11:51:33Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR442080-8",
                "title": "HO PM 21 046 - Section 7.2 - Specification - Appendix 2 - Fire Asset List",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=8",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-01T12:20:08Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-9",
                "title": "HO PM 21 046 - Section 8 - Schedule of Rates",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=9",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-02T15:07:27Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-10",
                "title": "HO PM 21 046 - Section 10 - SPD (Scotland)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=10",
                "datePublished": "2022-03-01T12:20:08Z",
                "dateModified": "2022-03-01T12:20:08Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR442080-11",
                "title": "HO PM 21 046 - Section 8 - Schedule of Rates v2.0",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=11",
                "datePublished": "2022-03-02T15:07:27Z",
                "dateModified": "2022-03-24T11:47:05Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-12",
                "title": "Main ITT Rev A The only revision is to the text within ITT Section 9, Question 1 marked in red text",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=12",
                "datePublished": "2022-03-15T16:31:41Z",
                "dateModified": "2022-03-15T16:31:41Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "MAR442080-13",
                "title": "HO PM 21 046 - Section 8 - Schedule of Rates v3.0",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=13",
                "datePublished": "2022-03-24T11:47:05Z",
                "dateModified": "2022-03-24T11:47:05Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "MAR442080-14",
                "title": "HO PM 21 046 - Section 7.1 - Specification V3",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=MAR442080&idx=14",
                "datePublished": "2022-03-24T11:51:33Z",
                "dateModified": "2022-03-24T11:51:33Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "OCT461640",
                "documentType": "awardNotice",
                "title": "MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 - 2026 in Non-Domestic Properties",
                "description": "There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries. The scope of services required includes (although is not limited to) the following: -cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire; -priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant; -potential reactive new installation works where repairs are not effective (no requirement for contractor design) -providing 24/7 reactive call out service to investigate faults; and, -liaising with other Council maintenance Contractors, when required",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT461640",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries. The scope of services required includes (although is not limited to) the following: -cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire; -priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant; -potential reactive new installation works where repairs are not effective (no requirement for contractor design) -providing 24/7 reactive call out service to investigate faults; and, -liaising with other Council maintenance Contractors, when required.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. DEADLINE FOR QUESTIONS IS 12 NOON 24/03/2022",
                "status": "complete",
                "value": {
                    "amount": 800000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "End User Satisfaction",
                            "description": "30%"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1110
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial Contract will be 13 months and 20 days with the option to extend for up to a further 24 months(each extension period/s being no less than 3 months provided that the max extension in aggregate will be a period of 24 months from the expiry of the initial contract period),subject to satisfactory operation and performance. Any periods of extension will be at the Council's sole discretion."
                }
            }
        ],
        "bidOpening": {
            "date": "2022-04-01T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender (ITT) will contain the relevant contract performance conditions and requirements."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPDS Selection Criteria, Part IV Section A: Suitability 4A.1 Minimum level of standards required: 4A.1 - Bidders 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). Bidders 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. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4A.1. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4A.1, will be assessed as a FAIL and will be excluded from the competition."
                },
                {
                    "type": "economic",
                    "description": "SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing 4B.4, 4B.5.1b and 4B.5.2",
                    "minimum": "4B.4 - Bidders will be required to meet the undernoted Current Ratio minimum requirements. Acid Test Ratio The acceptable range for the Acid Test Ratio is: Minimum value required: a value of greater than or equal to 1.00 to 2 decimal places. The Acid Test Ratio will be calculated as follows: (Current Assets minus Inventory) divided by Current Liabilities, calculated to 2 decimal places. Bidders will be required to provide their audited financial accounts for the previous year in order that the Council may confirm this ratio. 4B.5.1b - Bidders 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 Liability Insurance: 10,000,000 GBP for each and every claim http://www.hse.gov.uk/pubns/hse40.pdf 4B.5.2 - Bidders 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: 10,000,000 GBP each and every claim 2) Product Liability Insurance: 10,000,000 GBP in the aggregate Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2. Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4B.4, 4B.5.1b and 4B.5.2 will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided as part of their tender submission: 1) an SPD 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 periods."
                },
                {
                    "type": "technical",
                    "description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability: 4C.1.2, 4C.6, 4C.10 and SPDS Selection Criteria, Part IV Section D: Quality Assurance Schemes and Environmental Management Standards 4D.1, 4D.2. Owing to the character limitations in this section of the Contract Notice it is not possible to provide all of the information relating to this section (III.1.3 in the Contract Notice. Therefore the Objective and Non-Discriminatory Criteria for Questions 4D.1 and 4D.2 are set out in full in the SPDS and the SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.",
                    "minimum": "4C.1.2 - Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the works as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. Question 4C.1.2 carries an overall weighting of 100% with 34% attributed to the first example and 33% attributed to examples 2 and 3. Bidders are required to provide 3 examples within the last 5 years, at least one within the last 3 years, and, at least one example shall be completed through final defects. Each example provided should be in line with the value, scope, scale, and complexity of the Proposed Contract and should demonstrate that your role in the works was similar to that anticipated in the Proposed Contract. Your response should address however, not be limited to, the following: -Constraints and challenges of carrying out maintenance, servicing and repairs to fire alarm systems in various occupied properties over a wide geographical area; -Community and stakeholder engagement and how public/ occupier interfaces were managed during the project; and, -KPI's agreed and actualised / delivered. 4C.6 - Bidders will be required to confirm that they have all of the following relevant educational and professional qualifications: -Member of the National Inspection Council Electrical Installation Contracting (NICEIC) OR -Member of the Electrical Contractors Association of Scotland (SELECT) AND -BAFE Registration AND -BAFSA Registration (in respect of sprinkler systems) Bidders may provide alternative accreditations to those listed above. Any alternative accreditation must be accompanied by documented evidence to demonstrate the alternative is equivalent to the accreditation noted above 4C.10 - Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 Quality Management Procedures The bidder must hold and provide proof of a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR The Bidder must satisfy items a-g as detailed in 4D.1 - Quality Management Procedures in the SPDS Minimum Requirements in the ITT, Section 10, Appendix 1. Health and Safety Procedures The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS EN ISO 45001 (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 The Bidder must satisfy items a-m as detailed in 4D.1 - Health and Safety Procedures in the SPDS Minimum Requirements in the ITT, Section 10, Appendix 1. 4D.1.1 If not, please explain why and specify which other means of proof concerning quality assurance scheme can be provided. 4D.2 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 satisfy items a-g as detailed in 4D.2 in the SPDS Minimum Requirements in the ITT, Section 10, Appendix 1. Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1 and 4D.2 Bidders that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1 and 4D.2 will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 270
            }
        },
        "classification": {
            "id": "50000000",
            "scheme": "CPV"
        },
        "reviewDetails": "An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "2nd Quarter 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information. Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS. Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition. The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Bidder then the Bidder must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. 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. Failure to do so may result in the submission being deemed non-compliant. Quality Questions - Minimum Score - If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant. BIDDERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland. The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all bidders. (SC Ref:710154)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000676293"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000676293"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NLC-CPT-21-057",
            "suppliers": [
                {
                    "id": "org-293",
                    "name": "SPIE Scotshield Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-CPT-21-057",
            "awardID": "NLC-CPT-21-057",
            "status": "active",
            "value": {
                "amount": 800000,
                "currency": "GBP"
            },
            "dateSigned": "2022-10-12T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2022/S 000-005547"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "523",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "524",
                "measure": "smeBids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "525",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "526",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "527",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}