Notice Information
Notice Title
Replacement of Controlled Door Entry Systems and Associated Works in Domestic Dwellings Throughout North Lanarkshire.
Notice Description
The works comprise replacement of existing controlled door entry systems complete with renewal of existing doors/ glazed security entrance screens to various Council properties (blocks of flats, tower blocks, sheltered housing complexes, care homes and the like)
Lot Information
Lot 1
The scope of works shall be as follows: The replacement of existing controlled door entry systems and electronically operated communal entrance doors / screens in metal or timber depending on specific requirements of high or low rise housing blocks / sheltered housing / care homes and the like, replacement of entrance canopies, upgrading entrance lighting and emergency exit signage, external works (access paths, stairs, ramps, handrails, fencing and the like), all associated electrical works, fire-stopping, builders work and asbestos removal associated with the works, making good all finishings and obtaining building warrants. 12 months maintenance / defects period from completion of each installation and provision of 24 hours per day / 7 days per week callout service for the contracted maintenance period. All works are generally to occupied domestic properties but may include void domestic properties and / or owner occupied properties. Contractor design responsibility (CDP) comprises: 1. entrance door/ screens, 2. controlled entry systems 3. LV distribution, general lighting, emergency lighting and power to common entrance areas 4. below ground drainage where impacted by new entrance works. 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.
Renewal: There are 8 optional contract extension periods, each 3 months in duration (21 January 2026 latest contract end date)
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000693650
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG457494
- 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
35 - Security, fire-fighting, police and defence equipment
42 - Industrial machinery
45 - Construction work
-
- CPV Codes
35121000 - Security equipment
42961100 - Access control system
45000000 - Construction work
45210000 - Building construction work
45300000 - Building installation work
45311000 - Electrical wiring and fitting work
Notice Value(s)
- Tender Value
- £1,987,500 £1M-£10M
- Lots Value
- £1,987,500 £1M-£10M
- Awards Value
- Not specified
- Contracts Value
- £1,987,500 £1M-£10M
Notice Dates
- Publication Date
- 29 Aug 20223 years ago
- Submission Deadline
- 11 Jul 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Aug 20223 years ago
- Contract Period
- 30 Sep 2022 - 21 Jan 2024 1-2 years
- Recurrence
- Estimated timing for further notices to be published: August 2023 (earliest) / August 2025 (latest) (dependant on whether any optional extension periods are instructed)
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NORTH LANARKSHIRE COUNCIL
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 1AB
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=7
11th July 2022 - ITT Section 8 - SOR -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=10
11th July 2022 - ITT Section 8 - SOR REV A -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=1
27th June 2022 - MAIN ITT DOCUMENT -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=9
27th June 2022 - MAIN ITT DOCUMENT REV A -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=2
14th June 2022 - ITT Section 6 - Appendix A -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=3
14th June 2022 - ITT Section 6 - Appendix I -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=4
14th June 2022 - ITT Section 6 - Appendix L1 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=5
14th June 2022 - ITT Section 6 - Appendix L2 -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=6
14th June 2022 - ITT Section 7 - Specification -
https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=8
14th June 2022 - ITT Section 10 - SPDS -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451254
Replacement of Controlled Door Entry Systems and Associated Works in Domestic Dwellings Throughout North Lanarkshire. - The works comprise replacement of existing controlled door entry systems complete with renewal of existing doors/ glazed security entrance screens to various Council properties (blocks of flats, tower blocks, sheltered housing complexes, care homes and the like) -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG457494
Replacement of Controlled Door Entry Systems and Associated Works in Domestic Dwellings Throughout North Lanarkshire. - The works comprise replacement of existing controlled door entry systems complete with renewal of existing doors/ glazed security entrance screens to various Council properties (blocks of flats, tower blocks, sheltered housing complexes, care homes and the like)
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-r6ebe6-0000693650-2022-08-29T00:00:00Z",
"date": "2022-08-29T00:00:00Z",
"ocid": "ocds-r6ebe6-0000693650",
"initiationType": "tender",
"parties": [
{
"id": "org-68",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Contract Support",
"email": "contract.support@northlan.gov.uk",
"telephone": "+44 1698403876",
"url": "http://www.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"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-107",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-15",
"name": "North Lanarkshire Council",
"identifier": {
"legalName": "North Lanarkshire Council"
},
"address": {
"streetAddress": "Civic Centre, Windmillhill Street",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 1AB"
},
"contactPoint": {
"name": "Beckie McEwan",
"email": "mcewanbe@northlan.gov.uk",
"telephone": "+44 1698403876",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
],
"url": "http://www.northlanarkshire.gov.uk"
}
},
{
"id": "org-76",
"name": "DM Integrated Limited",
"identifier": {
"legalName": "DM Integrated Limited"
},
"address": {
"streetAddress": "Century House, Chapelhall Industrial Estate",
"locality": "Chapelhall, Airdrie",
"region": "UK",
"postalCode": "ML68QH"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-17",
"name": "Scottish Courts",
"identifier": {
"legalName": "Scottish Courts"
},
"address": {
"locality": "Edinburgh"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "North Lanarkshire Council",
"id": "org-15"
},
"tender": {
"id": "HO DE 22 012 / CPT-SLP-22-001",
"title": "Replacement of Controlled Door Entry Systems and Associated Works in Domestic Dwellings Throughout North Lanarkshire.",
"description": "The works comprise replacement of existing controlled door entry systems complete with renewal of existing doors/ glazed security entrance screens to various Council properties (blocks of flats, tower blocks, sheltered housing complexes, care homes and the like)",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "35121000",
"scheme": "CPV"
},
{
"id": "42961100",
"scheme": "CPV"
},
{
"id": "45210000",
"scheme": "CPV"
},
{
"id": "45000000",
"scheme": "CPV"
},
{
"id": "45311000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "North Lanarkshire Council Area"
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 1987500,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "works",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
"tenderPeriod": {
"endDate": "2022-07-11T12:00:00Z"
},
"awardPeriod": {
"startDate": "2022-07-11T12:00:00Z"
},
"documents": [
{
"id": "JUN451254",
"documentType": "contractNotice",
"title": "Replacement of Controlled Door Entry Systems and Associated Works in Domestic Dwellings Throughout North Lanarkshire.",
"description": "The works comprise replacement of existing controlled door entry systems complete with renewal of existing doors/ glazed security entrance screens to various Council properties (blocks of flats, tower blocks, sheltered housing complexes, care homes and the like)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN451254",
"format": "text/html"
},
{
"id": "JUN451254-1",
"title": "MAIN ITT DOCUMENT",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=1",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-06-27T15:03:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN451254-2",
"title": "ITT Section 6 - Appendix A",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=2",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-06-14T16:43:18Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN451254-3",
"title": "ITT Section 6 - Appendix I",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=3",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-06-14T16:43:18Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN451254-4",
"title": "ITT Section 6 - Appendix L1",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=4",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-06-14T16:43:18Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN451254-5",
"title": "ITT Section 6 - Appendix L2",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=5",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-06-14T16:43:18Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN451254-6",
"title": "ITT Section 7 - Specification",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=6",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-06-14T16:43:18Z",
"format": "application/x-zip-compressed"
},
{
"id": "JUN451254-7",
"title": "ITT Section 8 - SOR",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=7",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-07-11T10:30:41Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "JUN451254-8",
"title": "ITT Section 10 - SPDS",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=8",
"datePublished": "2022-06-14T16:43:18Z",
"dateModified": "2022-06-14T16:43:18Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN451254-9",
"title": "MAIN ITT DOCUMENT REV A",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=9",
"datePublished": "2022-06-27T15:03:04Z",
"dateModified": "2022-06-27T15:03:04Z",
"format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
},
{
"id": "JUN451254-10",
"title": "ITT Section 8 - SOR REV A",
"url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN451254&idx=10",
"datePublished": "2022-07-11T10:30:41Z",
"dateModified": "2022-07-11T10:30:41Z",
"format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
},
{
"id": "AUG457494",
"documentType": "awardNotice",
"title": "Replacement of Controlled Door Entry Systems and Associated Works in Domestic Dwellings Throughout North Lanarkshire.",
"description": "The works comprise replacement of existing controlled door entry systems complete with renewal of existing doors/ glazed security entrance screens to various Council properties (blocks of flats, tower blocks, sheltered housing complexes, care homes and the like)",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG457494",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The scope of works shall be as follows: The replacement of existing controlled door entry systems and electronically operated communal entrance doors / screens in metal or timber depending on specific requirements of high or low rise housing blocks / sheltered housing / care homes and the like, replacement of entrance canopies, upgrading entrance lighting and emergency exit signage, external works (access paths, stairs, ramps, handrails, fencing and the like), all associated electrical works, fire-stopping, builders work and asbestos removal associated with the works, making good all finishings and obtaining building warrants. 12 months maintenance / defects period from completion of each installation and provision of 24 hours per day / 7 days per week callout service for the contracted maintenance period. All works are generally to occupied domestic properties but may include void domestic properties and / or owner occupied properties. Contractor design responsibility (CDP) comprises: 1. entrance door/ screens, 2. controlled entry systems 3. LV distribution, general lighting, emergency lighting and power to common entrance areas 4. below ground drainage where impacted by new entrance works. 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.",
"status": "complete",
"value": {
"amount": 1987500,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"startDate": "2022-09-30T00:00:00Z",
"endDate": "2024-01-21T00:00:00Z"
},
"hasRenewal": true,
"renewal": {
"description": "There are 8 optional contract extension periods, each 3 months in duration (21 January 2026 latest contract end date)"
}
}
],
"bidOpening": {
"date": "2022-07-11T12:00:00Z"
},
"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.5.1a, 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.5.1a- Bidders must confirm they already have or commit to obtain prior to the commencement of the Contract, the following levels of insurance cover: 1) Professional Risk Indemnity Insurance: 5,000,000 GBP in the annual aggregate http://www.hse.gov.uk/pubns/hse40.pdf 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 annual 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.5.1a, 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.5.1a, 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.4, 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,Constraints and challenges of carrying out works in various occupied properties over a wide geographical area; Delivery on time/project over runs and mitigating actions; KPI's agreed and actualised / delivered;Risk and mitigating actions for the project; and Community and stakeholder engagement and how public/ occupier interfaces were managed during the project. Bidders awarded an average minimum score of less than 50 for 4C.1 will be assessed as a FAIL and will be excluded from the competition 4C.4 - Bidders who confirm in their response to 4C.4 that they intend to use a supply chain and do not confirm they have systems in place to meet the requirements of 4C.4a) and 4C.4b) and/or do not confirm they will commit to the requirements set out in 4C.4c) will be assessed as a FAIL and will be excluded from the competition. 4C.6 - Bidders will be required to confirm that they have all of the following relevant educational and professional qualifications: NICEIC OR SELECT 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. Bidders who do not have the above educational and professional qualifications (or alternative equivalent) will be assessed as a FAIL and will be excluded from the competition 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 unable to meet the minimum requirements for all of SPDS Section 4D will be assessed as a FAIL and will be excluded from the competition."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 180
}
},
"classification": {
"id": "45300000",
"scheme": "CPV"
},
"reviewDetails": "Precise information on deadline(s) for review procedures: 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": "Estimated timing for further notices to be published: August 2023 (earliest) / August 2025 (latest) (dependant on whether any optional extension periods are instructed)"
}
},
"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:704969)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000693650"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000693650"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "DE 22 012/ CPT-SLP-22-001",
"suppliers": [
{
"id": "org-76",
"name": "DM Integrated Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "DE 22 012/ CPT-SLP-22-001",
"awardID": "DE 22 012/ CPT-SLP-22-001",
"status": "active",
"value": {
"amount": 1987500,
"currency": "GBP"
},
"dateSigned": "2022-08-29T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "175",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "176",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "177",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "178",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "179",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}