Award

Retrofit of Sprinklers and Associated Works - Phase 3 - 2No. Tower Block, North Lanarkshire (HO TB 24 052)

NORTH LANARKSHIRE COUNCIL

This public procurement record has 2 releases in its history.

Summary of the contracting process

North Lanarkshire Council has concluded a public procurement process for the retrofit of sprinklers and associated works in two domestic tower blocks located in Motherwell, North Lanarkshire. The contract, titled "Retrofit of Sprinklers and Associated Works - Phase 3," involves substantial construction work under the industry category of "General public services." This open procurement method reached the award stage, and on 25 April 2025, Harmony Fire Ltd was awarded the contract valued at £1,167,491.23. The award process was completed before this, with the initial tender active since 12 December 2024 and submissions accepted until 5 February 2025.

This tender offers substantial growth opportunities for businesses specialising in construction and safety installations, particularly those with expertise in retrofitting and large-scale building services. The requirements stipulate adherence to rigorous standards, suggesting that businesses experienced in projects demanding UKAS Third Party Accreditation, or British Approvals for Fire Equipment, are well-positioned. North Lanarkshire Council's focus on quality and compliance highlights the need for qualified and adept technical capabilities, offering SMEs a platform to showcase their proficiency on a significant public project.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Retrofit of Sprinklers and Associated Works - Phase 3 - 2No. Tower Block, North Lanarkshire (HO TB 24 052)

Notice Description

North Lanarkshire Council wishes to seek a competent supplier for the design and installation of new sprinkler systems and all associated works - Phase 3 - 2no. domestic Tower Blocks, Calder and Elvan Towers, located in Motherwell, North Lanarkshire.

Lot Information

Lot 1

North Lanarkshire Council wishes to seek a competent supplier for the design and installation of new sprinkler systems and all associated works to 2nr domestic Tower Blocks, Calder and Elvan Towers, located in Motherwell, North Lanarkshire. Each block comprises 12 storeys (35.6m in height) and contains 46 flats. Each block has retrospectively undergone works to construct a new roof structure and covering which encloses the original flat roof and creates an internal space which will need to be adequately covered by the new sprinkler system. The outline scope of works includes, but is not limited to: The design, supply, installation, testing and commissioning of the sprinkler systems and associated building services including any necessary works/alterations to existing systems. The works include but are not limited to accredited fire stopping where penetrations are made through compartments, boxing-in pipe work, all associated builders work, and the like. The Contractor will be responsible for the development, preparation and application for the Stage 2 (and any other stages as applicable) Building Warrant approval and pay all fees incurred. The Contractor must programme the Building Warrant period into the programming of the works including a time allowance for statutory review and approval periods and associated time to make any amendments. The appointment of suitably qualified and insured consultants to undertake structural investigations and provide designs for all structural supporting works in relation to the installation of the externally located water tank to supply the sprinkler system, indicative external tank locations are noted on the drawings included within the tender documents. All appointed sub consultants with any design responsibility must sign up to the form of collateral warranty included within the tender documents. Indicative information relating to utilities is also included within the tender documents, however, the Contractor must undertake all additional surveys and investigations deemed necessary to locate all services before any excavations take place on site. Undertake Ferro scanning to walls and floor slabs prior to undertaking coring activities to determine the location of existing reinforcement, services and conduits and to ensure that structural reinforcement and integrity is not compromised by coring activities and no existing services are disrupted. On completion of the Ferro scanning a report is to be provided by the Contractor to the EA detailing the locations of existing reinforcement, services and conduits. Provision of Structural Engineer Registration (SER) certificate per block to cover all structural works including coring activity throughout the buildings. Provision of design calculations and drawings for review prior to construction by the EA. Provision of working / installation drawings. Provision of record documents and as-fitted drawings on completion. Provision of training for the Authority's (Employer's) maintenance staff and the Scottish Fire and Rescue Service (SFRS). All works must comply with current Water Byelaws and Building Regulations. All works shall comply with the relevant British Standards and associated Scottish Building Standards. All serviceable equipment used in the sprinkler system including pumps, battery backup systems, etc must be open protocol and should not be restricted to certain organisations / engineers for future servicing and maintenance. The Contractor and any sub-contractor undertaking the works must be a UKAS Third Party Accredited Sprinkler Installer or British Approvals for Fire Equipment (BAFE). For the full Scope of Works, please refer to the ITT documents.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. DEADLINE FOR QUESTIONS IS: MONDAY 27 JANUARY 2025.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000772840
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL534054
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

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

35 - Security, fire-fighting, police and defence equipment

44 - Construction structures and materials; auxiliary products to construction (except electric apparatus)

45 - Construction work

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

31625100 - Fire-detection systems

35111500 - Fire suppression system

44115500 - Sprinkler systems

44482000 - Fire-protection devices

45000000 - Construction work

45210000 - Building construction work

45262660 - Asbestos-removal work

45311000 - Electrical wiring and fitting work

45343000 - Fire-prevention installation works

45343230 - Sprinkler systems installation work

90650000 - Asbestos removal services

Notice Value(s)

Tender Value
£1,600,000 £1M-£10M
Lots Value
£1,600,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£1,167,491 £1M-£10M

Notice Dates

Publication Date
7 Jul 202510 months ago
Submission Deadline
5 Feb 2025Expired
Future Notice Date
Not specified
Award Date
25 Apr 20251 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

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
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

Supplier Information

Number of Suppliers
1
Supplier Name

HARMONY FIRE

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-r6ebe6-0000772840-2025-07-07T00:00:00Z",
    "date": "2025-07-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000772840",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-74",
            "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://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.northlanarkshire.gov.uk"
            }
        },
        {
            "id": "org-75",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-67",
            "name": "North Lanarkshire Council",
            "identifier": {
                "legalName": "North Lanarkshire Council"
            },
            "address": {
                "streetAddress": "Civic Centre, Windmillhill Street",
                "locality": "Motherwell",
                "region": "UKM84",
                "postalCode": "ML1 1AB"
            },
            "contactPoint": {
                "name": "Gillian Whitehead",
                "email": "whiteheadg@northlan.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "https://www.northlanarkshire.gov.uk/"
            }
        },
        {
            "id": "org-456",
            "name": "Harmony Fire Ltd",
            "identifier": {
                "legalName": "Harmony Fire Ltd"
            },
            "address": {
                "streetAddress": "Clarence House, Watercombe Lane",
                "locality": "Yeovil",
                "region": "UK",
                "postalCode": "BA202SU"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-69",
            "name": "Scottish Courts",
            "identifier": {
                "legalName": "Scottish Courts"
            },
            "address": {
                "locality": "Edinburgh"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "North Lanarkshire Council",
        "id": "org-67"
    },
    "tender": {
        "id": "NLC-SLP-24-082",
        "title": "Retrofit of Sprinklers and Associated Works - Phase 3 - 2No. Tower Block, North Lanarkshire (HO TB 24 052)",
        "description": "North Lanarkshire Council wishes to seek a competent supplier for the design and installation of new sprinkler systems and all associated works - Phase 3 - 2no. domestic Tower Blocks, Calder and Elvan Towers, located in Motherwell, North Lanarkshire.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "44115500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45343230",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45210000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35111500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "44482000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45343000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45311000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "45262660",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90650000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "The two tower blocks that this procurement relates to are Calder and Elvan Towers in Motherwell, North Lanarkshire."
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM84"
                    },
                    {
                        "region": "UKM84"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 1600000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "works",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2025-02-05T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2025-02-05T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC520082",
                "documentType": "contractNotice",
                "title": "Retrofit of Sprinklers and Associated Works - Phase 3 - 2No. Tower Block, North Lanarkshire (HO TB 24 052)",
                "description": "North Lanarkshire Council wishes to seek a competent supplier for the design and installation of new sprinkler systems and all associated works - Phase 3 - 2no. domestic Tower Blocks, Calder and Elvan Towers, located in Motherwell, North Lanarkshire.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC520082",
                "format": "text/html"
            },
            {
                "id": "DEC520082-1",
                "title": "Invitation to Tender (ITT) Document",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=1",
                "datePublished": "2024-12-12T08:41:27Z",
                "dateModified": "2024-12-12T08:41:27Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC520082-2",
                "title": "Revised ITT, Section 6, Appendix S - Flat Access Procedure for this Contract",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=2",
                "datePublished": "2024-12-23T13:06:38Z",
                "dateModified": "2024-12-23T13:06:38Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC520082-3",
                "title": "ITT Section 5 V1.2 - Amendment update is to the Flat access procedures for this Contract.",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=3",
                "datePublished": "2024-12-23T13:11:22Z",
                "dateModified": "2024-12-23T13:11:22Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC520082-4",
                "title": "SITE VISIT - REMINDER TO ALL TENDERERS TO ARRANGE SITE VISIT BEFORE 16 JAN 2025",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=4",
                "datePublished": "2025-01-14T09:44:10Z",
                "dateModified": "2025-01-14T09:44:10Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC520082-5",
                "title": "SITE VISIT - REMINDER TO ALL TENDERERS TO ARRANGE SITE VISIT BEFORE THURSDAY 30 JAN 2025",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=5",
                "datePublished": "2025-01-16T17:59:24Z",
                "dateModified": "2025-01-16T17:59:24Z",
                "format": "application/vnd.openxmlformats-officedocument.wordprocessingml.document"
            },
            {
                "id": "DEC520082-6",
                "title": "Questions from Bidders After Attending a Site Visit with Answers from NLC (REV 1.0)",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=6",
                "datePublished": "2025-01-21T14:46:52Z",
                "dateModified": "2025-01-21T14:46:52Z",
                "format": "application/vnd.openxmlformats-officedocument.spreadsheetml.sheet"
            },
            {
                "id": "DEC520082-7",
                "title": "Photo Log - Block Roof Voids",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=7",
                "datePublished": "2025-01-28T13:48:12Z",
                "dateModified": "2025-01-28T13:48:12Z",
                "format": "application/pdf"
            },
            {
                "id": "DEC520082-8",
                "title": "Appendix P - Elvan Tower - Drawings",
                "url": "https://www.publiccontractsscotland.gov.uk/NoticeDownload/DownloadDocument.aspx?id=DEC520082&idx=8",
                "datePublished": "2025-02-10T09:32:01Z",
                "dateModified": "2025-02-10T09:32:01Z",
                "format": "application/x-zip-compressed"
            },
            {
                "id": "JUL534054",
                "documentType": "awardNotice",
                "title": "Retrofit of Sprinklers and Associated Works - Phase 3 - 2No. Tower Block, North Lanarkshire (HO TB 24 052)",
                "description": "North Lanarkshire Council wishes to seek a competent supplier for the design and installation of new sprinkler systems and all associated works - Phase 3 - 2no. domestic Tower Blocks, Calder and Elvan Towers, located in Motherwell, North Lanarkshire.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUL534054",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "North Lanarkshire Council wishes to seek a competent supplier for the design and installation of new sprinkler systems and all associated works to 2nr domestic Tower Blocks, Calder and Elvan Towers, located in Motherwell, North Lanarkshire. Each block comprises 12 storeys (35.6m in height) and contains 46 flats. Each block has retrospectively undergone works to construct a new roof structure and covering which encloses the original flat roof and creates an internal space which will need to be adequately covered by the new sprinkler system. The outline scope of works includes, but is not limited to: The design, supply, installation, testing and commissioning of the sprinkler systems and associated building services including any necessary works/alterations to existing systems. The works include but are not limited to accredited fire stopping where penetrations are made through compartments, boxing-in pipe work, all associated builders work, and the like. The Contractor will be responsible for the development, preparation and application for the Stage 2 (and any other stages as applicable) Building Warrant approval and pay all fees incurred. The Contractor must programme the Building Warrant period into the programming of the works including a time allowance for statutory review and approval periods and associated time to make any amendments. The appointment of suitably qualified and insured consultants to undertake structural investigations and provide designs for all structural supporting works in relation to the installation of the externally located water tank to supply the sprinkler system, indicative external tank locations are noted on the drawings included within the tender documents. All appointed sub consultants with any design responsibility must sign up to the form of collateral warranty included within the tender documents. Indicative information relating to utilities is also included within the tender documents, however, the Contractor must undertake all additional surveys and investigations deemed necessary to locate all services before any excavations take place on site. Undertake Ferro scanning to walls and floor slabs prior to undertaking coring activities to determine the location of existing reinforcement, services and conduits and to ensure that structural reinforcement and integrity is not compromised by coring activities and no existing services are disrupted. On completion of the Ferro scanning a report is to be provided by the Contractor to the EA detailing the locations of existing reinforcement, services and conduits. Provision of Structural Engineer Registration (SER) certificate per block to cover all structural works including coring activity throughout the buildings. Provision of design calculations and drawings for review prior to construction by the EA. Provision of working / installation drawings. Provision of record documents and as-fitted drawings on completion. Provision of training for the Authority's (Employer's) maintenance staff and the Scottish Fire and Rescue Service (SFRS). All works must comply with current Water Byelaws and Building Regulations. All works shall comply with the relevant British Standards and associated Scottish Building Standards. All serviceable equipment used in the sprinkler system including pumps, battery backup systems, etc must be open protocol and should not be restricted to certain organisations / engineers for future servicing and maintenance. The Contractor and any sub-contractor undertaking the works must be a UKAS Third Party Accredited Sprinkler Installer or British Approvals for Fire Equipment (BAFE). For the full Scope of Works, please refer to the ITT documents.. Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder's submission being rejected. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. DEADLINE FOR QUESTIONS IS: MONDAY 27 JANUARY 2025.",
                "status": "complete",
                "value": {
                    "amount": 1600000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 240
                },
                "hasRenewal": false
            }
        ],
        "bidOpening": {
            "date": "2025-02-05T12:00:00Z",
            "address": {
                "streetAddress": "North Lanarkshire Council premises."
            },
            "description": "By Procurement Professionals employed by North Lanarkshire Council."
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "The Invitation to Tender documentation contains the relevant contract performance conditions and requirements for this contract."
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "SPD (Scotland) 4A.1a and 4A.1b - If required by the member state, Bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established. - SPD (Scotland) 4A.1 - Bidders must be registered or enrolled in the relevant trade register kept in the Member State of its establishment (as described in Schedule 5 of the Public Contracts (Scotland) regulations 2015. - SPD (Scotland) 4A.1 - Bidder's should provide a response confirming that they are on a relevant trade register i.e. Companies House and provide their Company Registration Number. - Bidders identified for appointment to the contract may be required to provide evidence that demonstrates they are registered on Companies House."
                },
                {
                    "type": "economic",
                    "description": "SPD Selection Criteria, question Section B, Part IV, Economic and Financial Standing, the following questions: 4B.4, 4B.5.a, 4B.5.b and 4B.5.c.",
                    "minimum": "4B.4 - Bidders will be required to state the value for the following financial ratios using figures from their last set of fully audited accounts and will be required to achieve the acceptable range stated below for a minimum of two out of three financial ratios: . Acid Test Ratio; Debt Ratio; and Turnover Ratio - Acid Test Ratio: Acid Test Ratio minimum value required: a value of greater than or equal to 1.00 in last financial year to 2 decimal places. The Acid Test Ratio will be calculated as follows: Current Assets divided by Current Liabilities to 2 decimal places. - Debt Ratio: Debt Ratio maximum value required: a value of less than or equal to 0.50 in last financial year to 2 decimal places. The Debt Ratio will be calculated as follows: Total Liabilities divided by Total Assets to 2 decimal places. - Turnover Ratio: Turnover Ratio Minimum value required is a value of greater than or equal to 1.25 to 2 decimal places. The Turnover Ratio will be calculated as follows: Candidate Annual Revenue divided by the Expected Annual Contract Value to 2 decimal places. - The Candidate may be required to provide their last set of fully audited financial accounts in order that the Council may confirm this ratio. - 4B.5 - Candidates must confirm they already have, or commit to obtain prior to the commencement of the contract, the following levels of insurance cover: 4B.5.a) Professional Indemnity Insurance: 5,000,000 GBP in the aggregate amount for any one period of insurance. 4B.5.b) Employer's (Compulsory) Liability Insurance: 10,000,000 GBP for any one occurrence or series of occurrences arising out of one event. - 4B.5.c) - All Other Types Insurance: Candidates 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 for any one occurrence or series of occurrences arising out of one event; and 2. Product Liability Insurance: 10,000,000 GBP in the aggregate amount for any one period of insurance. - Candidates that are unable to meet all of the minimum level(s) of standards required for questions 4B.4, 4B.5.a, 4B.5.b and 4B.5.c. Economic and Financial Standing of the SPD, will be assessed as a FAIL and will be excluded from the competition, unless the following information is provided: 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 period."
                },
                {
                    "type": "technical",
                    "description": "SPDS Selection Criteria, Part IV Section C: Technical and Professional Ability: 4C.1, 4C.1.1/4C.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 and 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 Bidders should provide a minimum of two (2) examples. - 2 examples that a Bidder is submitting are required within the last 5 years. - At least one example shall be fully delivered (i.e. inclusive of any applicable rectification periods(s)). which best demonstrates their relevant experience to deliver requirements within this Contract. - Examples should be in line with the scope, scale and complexity of this Contract. - Bidders must achieve an overall combined minimum score requirement of 50. - Bidders unable to meet the minimum requirements for 4C.1 and who fail to achieve an overall score of 50 will be assessed as a FAIL and will be excluded from the competition. - 4C.4 Bidders who intend to use a supply chain to deliver the requirements detailed in II.2.4 of the Contract Notice, are required to confirm that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. - 4C.6 Bidders will be required to confirm and provide proof that at least one of their employees has the following relevant educational and professional qualifications: . - For Sprinkler Installations: UKAS Third Party Accredited Sprinkler Installer; or British Approvals for Fire Equipment (BAFE) Registration . - For Electrical Installations: Member of the National Inspection Council Electrical Installation Contracting (NICEIC); or Electrical Contractors Association of Scotland (SELECT); or Loss Prevention Certification Board (LPCB) approved installer. - Bidders identified for appointment to the contract will be required to provide evidence i.e. copies of professional certification / accreditation that demonstrates they meet the minimum requirements applied. - Question 4C.10 - Candidates will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to this question. - 4D.1 Quality Assurance and Health & Safety. Candidates who are unable to meet the minimum requirements for all of SPDS Section 4D.1 will be assessed as a FAIL and will be excluded from the competition. - 4D.2 Environmental Management Systems. Candidates who are unable to meet the minimum requirements for all of SPDS Section 4D.2 will be assessed as a FAIL and will be excluded from the competition. - If the relevant documentation is available electronically, please indicate. Candidates may be assessed as a FAIL and be excluded from the competition if they fail to provide a response to any of the questions in this section, i.e., 4D.1. - 4D.1 and 4D.2. Candidates that are unable to meet all of the minimum level(s) of standards required for any of the questions in this section, i.e. 4D.1 and 4D.2. will be assessed as a FAIL and will be excluded from the competition."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "classification": {
            "id": "45343230",
            "scheme": "CPV"
        },
        "hasRecurrence": false
    },
    "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. - Candidates 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. - Candidates who are 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 Candidate's then the Candidate must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Candidates 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 consensus 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 candidates. (SC Ref:803585)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000772840"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000772840"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Award Notice",
    "awards": [
        {
            "id": "NLC-SLP-24-082 / HO TB 24 052",
            "suppliers": [
                {
                    "id": "org-456",
                    "name": "Harmony Fire Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NLC-SLP-24-082 / HO TB 24 052",
            "awardID": "NLC-SLP-24-082 / HO TB 24 052",
            "status": "active",
            "value": {
                "amount": 1167491.23,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-25T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1823",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1824",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "1825",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1826",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "1827",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}