Notice Information
Notice Title
PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems
Notice Description
This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour.
Lot Information
Lot 1
This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour. The tenderer must hold either a NSI (silver or gold) or SSAIB accreditation.. 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: The Contract period for the PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems (PRO0917) will be 2 years with an option to extend at the sole discretion of the Council and in agreement with the service provider for a further 1 year period followed by a further 1 year period up to a maximum contract period of 4 years (2+1+1).
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000734165
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500620
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- OJEU - F3 - Contract Award Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
50 - Repair and maintenance services
-
- CPV Codes
50700000 - Repair and maintenance services of building installations
Notice Value(s)
- Tender Value
- £712,000 £500K-£1M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £712,000 £500K-£1M
Notice Dates
- Publication Date
- 11 Mar 20241 years ago
- Submission Deadline
- 7 Feb 2024Expired
- Future Notice Date
- Not specified
- Award Date
- 11 Mar 20241 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- INVERCLYDE COUNCIL
- Contact Name
- Not specified
- Contact Email
- corporate.procurement@inverclyde.gov.uk, procurement@inverclyde.gov.uk
- Contact Phone
- +44 1475712634, +44 1475717171
Buyer Location
- Locality
- GREENOCK
- Postcode
- PA15 1LX
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde North
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN495873
PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems - This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500620
PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems - This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour.
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-r6ebe6-0000734165-2024-03-11T00:00:00Z",
"date": "2024-03-11T00:00:00Z",
"ocid": "ocds-r6ebe6-0000734165",
"initiationType": "tender",
"parties": [
{
"id": "org-34",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "procurement@Inverclyde.gov.uk",
"telephone": "+44 1475717171",
"url": "https://www.publictendersscotland.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.inverclyde.gov.uk"
}
},
{
"id": "org-26",
"name": "Greenock Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Greenock Sheriff Court and Justice of the Peace Court"
},
"address": {
"locality": "Paisley"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-20",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "procurement@inverclyde.gov.uk",
"telephone": "+44 1475712634",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"url": "http://www.inverclyde.gov.uk"
}
},
{
"id": "org-133",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX"
},
"contactPoint": {
"email": "corporate.procurement@inverclyde.gov.uk",
"telephone": "+44 1475712634"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Regional or local authority",
"scheme": "TED_CA_TYPE"
},
{
"id": "01",
"description": "General public services",
"scheme": "COFOG"
}
]
}
},
{
"id": "org-427",
"name": "DM Integrated Limited",
"identifier": {
"legalName": "DM Integrated Limited"
},
"address": {
"streetAddress": "Century House, Chapelhall Industrial Estate",
"locality": "Chapelhall, Airdrie",
"region": "UK",
"postalCode": "ML68QH"
},
"contactPoint": {
"telephone": "+44 7917153809"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-428",
"name": "Greenock Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Greenock Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House,1 Nelson Street",
"locality": "Greenock",
"postalCode": "PA15 1TR"
},
"contactPoint": {
"url": "http://"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "Inverclyde Council",
"id": "org-133"
},
"tender": {
"id": "PRO0917",
"title": "PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems",
"description": "This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour.",
"status": "complete",
"items": [
{
"id": "1",
"deliveryLocation": {
"description": "Inverclyde"
},
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 712000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2024-02-07T12:00:00Z"
},
"awardPeriod": {
"startDate": "2024-02-07T12:00:00Z"
},
"documents": [
{
"id": "JAN495873",
"documentType": "contractNotice",
"title": "PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems",
"description": "This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JAN495873",
"format": "text/html"
},
{
"id": "MAR500620",
"documentType": "awardNotice",
"title": "PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems",
"description": "This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR500620",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour. The tenderer must hold either a NSI (silver or gold) or SSAIB accreditation.. 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",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Social Value Outcome Menu",
"description": "3"
},
{
"type": "price",
"description": "60"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 720
},
"hasRenewal": true,
"renewal": {
"description": "The Contract period for the PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems (PRO0917) will be 2 years with an option to extend at the sole discretion of the Council and in agreement with the service provider for a further 1 year period followed by a further 1 year period up to a maximum contract period of 4 years (2+1+1)."
}
}
],
"bidOpening": {
"date": "2024-02-07T12:00:00Z",
"address": {
"streetAddress": "Tenders will be opened remotely using the PCS-T Opening Committee feature."
}
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 10M GBP Products Liability Insurance = 10M GBP Professional Indemnity Insurance = 2M GBP and held for 6 years following conclusion of the contract"
},
{
"type": "technical",
"description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 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 a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. AND 4D.1 HEALTH & SAFETY 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 hold the information contained in the document \"Contract Notice Additional Information\" contained within the supplier attachments area.",
"minimum": "4C.1.2 Bidders must provide a minimum of two (2) examples of contractual arrangements they have held over the past three (3) years which best demonstrates their relevant experience to deliver the requirements within this Contract which were similar in regards to scope, scale, value and duration."
}
]
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2024-05-07T00:00:00Z"
}
},
"classification": {
"id": "50700000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"amendments": [
{
"id": "amd-25",
"description": "The closing date for tender submissions has been extended from 12 noon, 07 Feb 2024 to 12 noon, 09 Feb 2024.",
"unstructuredChanges": [
{
"oldValue": {
"date": "2024-02-07T12:00:00Z"
},
"newValue": {
"date": "2024-02-09T12:00:00Z"
},
"where": {
"section": "IV.2.2",
"label": "Time limit"
}
},
{
"oldValue": {
"date": "2024-05-07T00:00:00Z"
},
"newValue": {
"date": "2024-05-09T00:00:00Z"
},
"where": {
"section": "IV.2.6",
"label": "Minimum time frame during which the tenderer must maintain the tender"
}
},
{
"oldValue": {
"date": "2024-02-07T12:00:00Z"
},
"newValue": {
"date": "2024-02-09T12:00:00Z"
},
"where": {
"section": "IV.2.7",
"label": "Conditions for opening of tenders"
}
}
]
}
]
},
"language": "EN",
"description": "Bidders will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certificate, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. The tenderer must hold either a NSI (silver or gold) or SSAIB accreditation. (SC Ref:760299)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000734165"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000734165"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000734165"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "PRO0917",
"suppliers": [
{
"id": "org-427",
"name": "DM Integrated Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "PRO0917",
"awardID": "PRO0917",
"status": "active",
"value": {
"amount": 712000,
"currency": "GBP"
},
"dateSigned": "2024-03-11T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2024/S 000-000440"
}
],
"bids": {
"statistics": [
{
"id": "1135",
"measure": "bids",
"value": 9,
"relatedLot": "1"
},
{
"id": "1136",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1137",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1138",
"measure": "foreignBidsFromNonEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1139",
"measure": "electronicBids",
"value": 9,
"relatedLot": "1"
}
]
}
}