Notice Information
Notice Title
Service and Maintenance of Nurse Call Systems
Notice Description
Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works.
Lot Information
Lot 1
Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works.. The complete breakdown of the technical (quality) weighting is detailed within the ITT document. The estimated contract value is based on the maximum contract period if all extensions are utilised (5 years).
Renewal: Initial contract period is 2 years with option to extend contract for up to a further 3 years (2 + 1). Renewal date will depend on whether extensions are utilised.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000730386
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG487021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- PCS Notice - Website Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Large
Common Procurement Vocabulary (CPV)
- CPV Divisions
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
79711000 - Alarm-monitoring services
Notice Value(s)
- Tender Value
- £40,000 Under £100K
- Lots Value
- £40,000 Under £100K
- Awards Value
- Not specified
- Contracts Value
- £27,640 Under £100K
Notice Dates
- Publication Date
- 29 Aug 20232 years ago
- Submission Deadline
- 17 May 2023Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Jul 20232 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Either after 2 years, 4 years or 5 years depending on whether contract extensions are utilised.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- DUNDEE CITY 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
- DUNDEE
- Postcode
- DD1 1NZ
- Post Town
- Dundee
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM0 Eastern Scotland
- Small Region (ITL 3)
- TLM03 Angus and Dundee City
- Delivery Location
- TLM71 Angus and Dundee City
-
- Local Authority
- Dundee City
- Electoral Ward
- Maryfield
- Westminster Constituency
- Dundee Central
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR477225
Service and Maintenance of Nurse Call Systems - Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG487021
Service and Maintenance of Nurse Call Systems - Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works.
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-r6ebe6-0000730386-2023-08-29T00:00:00Z",
"date": "2023-08-29T00:00:00Z",
"ocid": "ocds-r6ebe6-0000730386",
"initiationType": "tender",
"parties": [
{
"id": "org-39",
"name": "Dundee City Council",
"identifier": {
"legalName": "Dundee City Council"
},
"address": {
"streetAddress": "Dundee House, 50 North Lindsay Street",
"locality": "Dundee",
"region": "UKM71",
"postalCode": "DD1 1NZ"
},
"contactPoint": {
"name": "Kathleen Macleod",
"email": "flexibleprocurement@scotland-excel.org.uk",
"url": "https://www.publictendersscotland.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.dundeecity.gov.uk"
}
},
{
"id": "org-2",
"name": "Dundee Sheriff Court",
"identifier": {
"legalName": "Dundee Sheriff Court"
},
"address": {
"streetAddress": "6 W Bell St,",
"locality": "Dundee",
"postalCode": "DD1 9AD"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-78",
"name": "Dundee City Council",
"identifier": {
"legalName": "Dundee City Council"
},
"address": {
"streetAddress": "Dundee House, 50 North Lindsay Street",
"locality": "Dundee",
"region": "UKM71",
"postalCode": "DD1 1NZ"
},
"contactPoint": {
"name": "Kathleen Macleod",
"email": "flexibleprocurement@scotland-excel.org.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.dundeecity.gov.uk"
}
},
{
"id": "org-79",
"name": "Chubb Fire and Security Limited",
"identifier": {
"legalName": "Chubb Fire and Security Limited"
},
"address": {
"streetAddress": "Oak House, Littleton Road",
"locality": "Ashford",
"region": "UK",
"postalCode": "TW15 1TZ"
},
"roles": [
"supplier"
],
"details": {
"scale": "large",
"url": "http://"
}
},
{
"id": "org-42",
"name": "Dundee Sheriff Court",
"identifier": {
"legalName": "Dundee Sheriff Court"
},
"address": {
"streetAddress": "6 West Bell Street",
"locality": "DUNDEE",
"postalCode": "DD1 9AD"
},
"contactPoint": {
"telephone": "+44 1382229961",
"url": "http://"
},
"roles": [
"reviewBody",
"reviewContactPoint",
"mediationBody"
]
}
],
"buyer": {
"name": "Dundee City Council",
"id": "org-78"
},
"tender": {
"id": "Contract Ref: PROC/CD/18/22, Job Number: 20-50039",
"title": "Service and Maintenance of Nurse Call Systems",
"description": "Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "79711000",
"scheme": "CPV"
}
],
"deliveryAddresses": [
{
"region": "UKM71"
},
{
"region": "UKM71"
}
],
"relatedLot": "1",
"deliveryLocation": {
"description": "City of Dundee"
}
}
],
"value": {
"amount": 40000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2023-05-17T12:00:00Z"
},
"awardPeriod": {
"startDate": "2023-05-17T12:00:00Z"
},
"documents": [
{
"id": "APR477225",
"documentType": "contractNotice",
"title": "Service and Maintenance of Nurse Call Systems",
"description": "Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR477225",
"format": "text/html"
},
{
"id": "AUG487021",
"documentType": "awardNotice",
"title": "Service and Maintenance of Nurse Call Systems",
"description": "Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG487021",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "Inspection, testing, certification, written reporting and subsequent servicing and maintenance of the Nurse Call Systems and associated equipment within various Dundee City Council properties, along with minor and urgent repair works.. The complete breakdown of the technical (quality) weighting is detailed within the ITT document. The estimated contract value is based on the maximum contract period if all extensions are utilised (5 years).",
"status": "complete",
"value": {
"amount": 40000,
"currency": "GBP"
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "Initial contract period is 2 years with option to extend contract for up to a further 3 years (2 + 1). Renewal date will depend on whether extensions are utilised."
}
}
],
"bidOpening": {
"date": "2023-05-17T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "SPD Q4A.1 Professional or Trade Register (if applicable) Tenderers must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of Procurement (Scotland) Regulations 2015. Tenderers 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. Failure to do so may result in the Tenderer being excluded from the Procurement Process Tenderers may be assessed as a FAIL and be excluded from the Procurement Process if they fail to provide a response (Trade Registration Number etc.) to this question."
},
{
"type": "economic",
"description": "4B.5 Insurance Requirements 4B.6 Other Economic of Financial Requirement",
"minimum": "4B.5 Insurance Requirements It is the requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: (a) Employer's Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and (b) Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim, and (c) Professional Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 2,000,000 GBP in respect of each claim, and (d) Vehicle Insurance (provider motor vehicles). Provider responsible for ensuring that motor insurance of staff or volunteers who use their own vehicles have business use insurance covered. If carrying service users includes, business use and personal accident cover for passengers. 4B.6 Other Economic of Financial Requirements: Prior to contract award, the preferred bidder may be asked to provide some or all of the information detailed in the document named \"Financial Criteria\" to provide Dundee City Council with the confidence that they can deliver the requirements of the contract."
},
{
"type": "technical",
"description": "4C.1.2 - Previous Experience 4C.4- Supply Chain Management 4C.10 - Sub-Contracting 4D.1 - Quality Management 4D.1 - Health and Safety",
"minimum": "4C.1.2 - Previous Experience Bidders are required to provide two (2) examples of works carried out within the past three (3) years that demonstrate that they have the relevant experience to deliver works similar in scope, scale and duration to that described in this ITT. Our requirement is for the experience to be similar in scope, scale and duration to that described in this ITT project. Examples must be provided by completing the \"SPD Part 4C examples_(Insert Tenderer Name\" template. 4C.4 - Supply Chain Management Confirmation to pay all subcontractors with a max 30-day payment terms will be evaluated prior to award. If a bidder is unable to confirm acceptance of the award statement, they may not be awarded the contract. 4C.10 - Sub-Contracting Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Bidders shall arrange for subcontractors to complete an SPD for each subcontractor and return it with their bid. 4D.1 (Quality Management) 1. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR 2. The bidder must have the following: a. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder's quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. b. Documented arrangements for providing the bidder's workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge their various responsibilities. These must include a programme of training that will keep the workforce up to date with required knowledge about quality related issues, including copies of job profiles; training manuals and records. c. Documented arrangements for ensuring that the bidders apply quality management measures that are appropriate to the work for which they are being engaged. d. A documented process demonstrating how the bidder deals with complaints. The bidder must be able to provide details of how their organisation maintains records of any complaints received and how corrective measures are carried out to prevent reoccurrence. 4D.1 - Health and Safety 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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, a. The bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Note - Organisations with fewer than five employees are not required by law to have a documented policy statement. b. Documented procedures for recording accidents/incidents and undertaking follow-up action. This will include records of accident rates and frequency for all RIDDOR reportable events for at least the last 3 years. It must demonstrate a system for reviewing significant incidents, and recording action taken as a result including action taken in response to enforcement."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"durationInDays": 120
}
},
"classification": {
"id": "79711000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "Either after 2 years, 4 years or 5 years depending on whether contract extensions are utilised."
}
},
"language": "EN",
"description": "(SC Ref:743035)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000730386"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000730386"
}
],
"noticetype": "PCS Notice - Website Contract Award Notice",
"awards": [
{
"id": "PROC/CD/18/22",
"suppliers": [
{
"id": "org-79",
"name": "Chubb Fire and Security Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PROC/CD/18/22",
"awardID": "PROC/CD/18/22",
"status": "active",
"value": {
"amount": 27640,
"currency": "GBP"
},
"dateSigned": "2023-07-06T00:00:00Z"
}
],
"bids": {
"statistics": [
{
"id": "178",
"measure": "bids",
"value": 2,
"relatedLot": "1"
},
{
"id": "179",
"measure": "smeBids",
"value": 2,
"relatedLot": "1"
},
{
"id": "180",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "181",
"measure": "foreignBidsFromNonEU",
"value": 2,
"relatedLot": "1"
},
{
"id": "182",
"measure": "electronicBids",
"value": 2,
"relatedLot": "1"
}
]
}
}