Award

Measured Term Contract - Controlled Door Entry Systems and Associated Works - Repairs and Servicing 2023-2025 (HO PM 23 033)

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Award

18 Sep 2023 at 00:00

Tender

01 Jun 2023 at 00:00

Summary of the contracting process

The North Lanarkshire Council has awarded a contract for the Measured Term Contract - Controlled Door Entry Systems and Associated Works for the years 2023-2025. The contract value is £700,000. The procurement process was completed on September 15, 2023. This contract involves periodic servicing, maintenance, repair of door entry systems, and ad-hoc response orders for domestic council properties in North Lanarkshire. Bidders should note potential application of Transfer of Undertakings regulations and a mandatory 10-day standstill period for the procurement.

This tender by North Lanarkshire Council offers business opportunities for companies specializing in maintenance and repair services, particularly in the security and building maintenance sectors. Small and medium-sized enterprises (SMEs) with experience in door entry systems and servicing are well-suited to compete for this contract. The contract specifies the geographical boundaries for service delivery within North Lanarkshire Council, providing a clear scope for interested businesses to target their offerings.

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

Measured Term Contract - Controlled Door Entry Systems and Associated Works - Repairs and Servicing 2023-2025 (HO PM 23 033)

Notice Description

This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works. - The Contract will be in place for 12 months, with the option to extend for a maximum period of 12 calendar months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council. - Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246)("TUPE") may apply to this contract. - Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.

Lot Information

Lot 1

This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works. - The Contract will be in place for 12 months, with the option to extend for a further 12 months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council. - Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246) ("TUPE")may apply to this contract. - Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.. Candidates should read and refer to the ITT, failure to comply with these instructions may result in a Candidate'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 THURSDAY 22nd JUNE AT 17:00.

Renewal: Initial contract will be for 12 months with optional additional 12 months (in 4 x 3 monthly periods) 2024 - If extension NOT utilised 2025 - If extension periods are utilised

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000731882
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP488472
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

50000000 - Repair and maintenance services

50116100 - Electrical-system repair services

50610000 - Repair and maintenance services of security equipment

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
18 Sep 20232 years ago
Submission Deadline
30 Jun 2023Expired
Future Notice Date
Not specified
Award Date
15 Sep 20232 years ago
Contract Period
Not specified - Not specified
Recurrence
2024 if extension period not utilised or 2025 if extension periods are utilised

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
Paul Stewart
Contact Email
contractstrategy@northlan.gov.uk, stewartpa@northlan.gov.uk
Contact Phone
+44 1698302413

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

DM INTEGRATED

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-r6ebe6-0000731882-2023-09-18T00:00:00Z",
    "date": "2023-09-18T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000731882",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-33",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Paul Stewart",
                "email": "stewartpa@northlan.gov.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.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-34",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-215",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "email": "contractstrategy@northlan.gov.uk",
                "telephone": "+44 1698302413",
                "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-216",
            "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-217",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-215"
    },
    "tender": {
        "id": "NLC-SLP-23-015",
        "title": "Measured Term Contract - Controlled Door Entry Systems and Associated Works - Repairs and Servicing 2023-2025 (HO PM 23 033)",
        "description": "This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works. - The Contract will be in place for 12 months, with the option to extend for a maximum period of 12 calendar months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council. - Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246)(\"TUPE\") may apply to this contract. - Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50116100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50610000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Geographical boundaries of North Lanarkshire Council"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 700000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2023-06-30T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2023-06-30T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN480003",
                "documentType": "contractNotice",
                "title": "Measured Term Contract - Controlled Door Entry Systems and Associated Works - Repairs and Servicing 2023-2025 (HO PM 23 033)",
                "description": "This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works. - The Contract will be in place for 12 months, with the option to extend for a maximum period of 12 calendar months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council. - Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246)(\"TUPE\") may apply to this contract. - Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN480003",
                "format": "text/html"
            },
            {
                "id": "JUN480003-1",
                "title": "ITT Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=1",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN480003-2",
                "title": "Section 6 - Scorecard Example",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=2",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN480003-3",
                "title": "Section - Pre-Construction Information (PCI) Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=3",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/pdf"
            },
            {
                "id": "JUN480003-4",
                "title": "Section 6 - Community Benefits Tracker Example",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=4",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN480003-5",
                "title": "Section 7.1 - Specification",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=5",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN480003-6",
                "title": "Section 7.2 - Asset List",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=6",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN480003-7",
                "title": "Section 8 - Schedule of Rates",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=7",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "JUN480003-8",
                "title": "SPD Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=8",
                "datePublished": "2023-06-01T15:05:04Z",
                "dateModified": "2023-06-01T15:05:04Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "JUN480003-9",
                "title": "Main ITT v2.0 (Supersedes ITT v1.0) Please use this document in your tender submission",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=JUN480003&idx=9",
                "datePublished": "2023-06-20T11:53:18Z",
                "dateModified": "2023-06-20T11:53:18Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "SEP488472",
                "documentType": "awardNotice",
                "title": "Measured Term Contract - Controlled Door Entry Systems and Associated Works - Repairs and Servicing 2023-2025 (HO PM 23 033)",
                "description": "This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works. - The Contract will be in place for 12 months, with the option to extend for a maximum period of 12 calendar months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council. - Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246)(\"TUPE\") may apply to this contract. - Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=SEP488472",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "This Tender Documentation is for the Measured Term Contract for the periodic servicing, maintenance and repair of Door Entry Systems and priority coded ad-hoc response orders for repair works necessitated by vandalism and sundry other works to domestic council properties. This includes all minor routine repairs and/or renewal of any components (minor or major) such as entry panels, handsets, replacement of doors etc as may be necessary. It also includes the provision of a call out repair service to all properties listed within the procurement documents. Services will require normal response repairs, immediate response repairs and planned maintenance works. - The Contract will be in place for 12 months, with the option to extend for a further 12 months (in 3 monthly periods). All works will be carried out within the geographical boundaries of North Lanarkshire Council. - Bidders should note that it is possible that the Transfer of Undertakings(Protection of Employment)Regulations 2006(SI2006/246) (\"TUPE\")may apply to this contract. - Tenderers should also note that this Procurement is subject to a 10 days mandatory standstill period.. Candidates should read and refer to the ITT, failure to comply with these instructions may result in a Candidate'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 THURSDAY 22nd JUNE AT 17:00.",
                "status": "complete",
                "value": {
                    "amount": 700000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "End User Satisfaction",
                            "description": "25%"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 360
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Initial contract will be for 12 months with optional additional 12 months (in 4 x 3 monthly periods) 2024 - If extension NOT utilised 2025 - If extension periods are utilised"
                }
            }
        ],
        "bidOpening": {
            "date": "2023-06-30T12:00:00Z",
            "address": {
                "streetAddress": "Electronically within Civic Centre, Motherwell. North Lanarkshire Council"
            },
            "description": "Procurement professional who is employed by North Lanarkshire Council"
        },
        "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 - Bidders must be registered or enrolled in the relevant professional or trade register kept in it's country of establishment (as described in Schedule 5 of Public Contracts (Scotland) Regulations 2015). Bidders are required to provide information relating to this, i.e. registration number, member number etc. - 4A.1.1 - If the relevant documentation is available electronically please indicate. - 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": "4B.4 Bidders will be required to have an: \"Acid Test\" financial ratio of 1.00 and above. - SPDS Selection Criteria, Part IV, Section B: Economic and Financial Standing 4B.4,4B.4.1,4B.5.1b,4B.5.2 and 4B.5.3",
                    "minimum": "The minimum acid-test ratio a company should have is 1:00. Bidders with a ratio of less than 1:00 will be assessed as a FAIL and will be excluded from the competition. - The \"Acid Test\" financial ratio will be calculated as follows: Current Assets (minus stocks, inventories, and securities) / Current Liabilities. - 4B.5.1 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract: - Employers Compulsory Liability - 10M GBP for any one occurrence or series of occurrences arising out of one event. - 4B.5.2 Bidders must confirm they already have or commit to obtain prior to the commencement of the contract: . Public Liability - 5M GPB for any one occurrence or series of occurrences arising out of one event. . Product Liability - 5M GBP in the aggregate amount for any one period of insurance. - Bidders identified for appointment to the contract will be required to either: - Provide insurance certification evidence demonstrating that they have the minimum levels of insurance provision; or. - Provide a letter / statement to the Council confirming that they will obtain all required insurance levels within 28 calendar days of receiving a Letter of Acceptance This element will be assessed on a pass / fail basis. - 4B.5.3 - If the relevant documentation is available electronically please indicate."
                },
                {
                    "type": "technical",
                    "description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability - 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 4C.6, 4D.1 and 4D.2 are set out in full in the SPDS and SPDS Minimum Requirements document, which can be accessed through the buyer attachment area within the portal.",
                    "minimum": "4C.1- Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice - Question 4C.1 carries an overall weighting of 100% with 50% attributed to the first example and 50% attributed to example 2. - You are required to provide 2 examples, at least one example shall be from the last 3 years. - Your examples should be in line with the value, scope, size and complexity of these services. - Your response should address however, not be limited to, the following: - Constraints and challenges of carrying out works at various properties over a wide geographical area; - Delivery on time/project over runs and mitigating actions; - KPI's agreed and actualised / delivered; - Project management; - Risk and mitigating actions for the project; and - Community and stakeholder engagement and how public/ occupier interfaces were managed during the project. - Bidders will be required to achieve an average minimum score of 50 for this question. An average minimum score of less than 50 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. - Bidders may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. - 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., 4C. - 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. 4C will be assessed as a FAIL and will be excluded from the competition. - 4D.1 - 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 meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 2, a-g. 3. The Bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or 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 . 4. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.1 point 4, a-m. - 4D.2 - 1. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, . OR . 2. The Bidder must meet the Criteria as detailed in SPDS Part IV, Question 4D.2 point 2, a-g. - 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. - 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 will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "50610000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "2024 if extension period not utilised or 2025 if extension periods are utilised"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2023/S 000-015585"
        }
    ],
    "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:745004)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731882"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000731882"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NLC-SLP-23-015",
            "suppliers": [
                {
                    "id": "org-216",
                    "name": "DM Integrated Limited"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-SLP-23-015",
            "awardID": "NLC-SLP-23-015",
            "status": "active",
            "value": {
                "amount": 700000,
                "currency": "GBP"
            },
            "dateSigned": "2023-09-15T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "679",
                "measure": "bids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "680",
                "measure": "smeBids",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "681",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "682",
                "measure": "foreignBidsFromNonEU",
                "value": 5,
                "relatedLot": "1"
            },
            {
                "id": "683",
                "measure": "electronicBids",
                "value": 5,
                "relatedLot": "1"
            }
        ]
    }
}