Notice Information
Notice Title
Provision of Fire Alarm Maintenance
Notice Description
The Authority was seeking a Contractor(s) for Provision of Fire Alarm Maintenance, including Maintenance, Monitoring and Repairs. This exercise will allow us to achieve best value for money in the supply of a fire alarm systems maintenance contract for the College.
Lot Information
Lot 1
The College is seeking a Contractor(s) for the Provision of Fire Alarm Systems Maintenance. The scope for this contract will cover planned preventative maintenance (PPM) and reactive call outs for all fire detection and alarm systems, as well as emergency voice communication systems. This contract will cover all New College Lanarkshire campuses, including Kirkintilloch, Cumbernauld, Coatbridge and Motherwell.
Renewal: The Authority reserves the right to extend the Agreement for a further x24 months subject to satisfactory performance and continued Authority requirements.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-r6ebe6-0000790170
- Publication Source
- Public Contracts Scotland
- Latest Notice
- https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN531522
- 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
31 - Electrical machinery, apparatus, equipment and consumables; lighting
71 - Architectural, construction, engineering and inspection services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
31625000 - Burglar and fire alarms
71630000 - Technical inspection and testing services
79711000 - Alarm-monitoring services
Notice Value(s)
- Tender Value
- £200,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £183,788 £100K-£500K
Notice Dates
- Publication Date
- 2 Jun 20258 months ago
- Submission Deadline
- 24 Mar 2025Expired
- Future Notice Date
- Not specified
- Award Date
- 29 May 20259 months ago
- Contract Period
- Not specified - Not specified
- Recurrence
- April 2027, or April 2028.
Notice Status
- Tender Status
- Complete
- Lots Status
- Complete
- Awards Status
- Not Specified
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- NEW COLLEGE LANARKSHIRE
- Contact Name
- Lauren Millar
- Contact Email
- lauren.millar@nclan.ac.uk, procurement@nclan.ac.uk
- Contact Phone
- +44 3005558080
Buyer Location
- Locality
- MOTHERWELL
- Postcode
- ML1 2TX
- Post Town
- Motherwell
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM34 North Lanarkshire
- Delivery Location
- TLM84 North Lanarkshire
-
- Local Authority
- North Lanarkshire
- Electoral Ward
- Motherwell South East and Ravenscraig
- Westminster Constituency
- Motherwell, Wishaw and Carluke
Further Information
Notice Documents
-
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB524456
Provision of Fire Alarm Maintenance - The Authority is seeking a Contractor(s) for Provision of Fire Alarm Maintenance, including Maintenance, Monitoring and Repairs. This exercise will allow us to achieve best value for money in the supply of a fire alarm systems maintenance contract for the College. -
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN531522
Provision of Fire Alarm Maintenance - The Authority was seeking a Contractor(s) for Provision of Fire Alarm Maintenance, including Maintenance, Monitoring and Repairs. This exercise will allow us to achieve best value for money in the supply of a fire alarm systems maintenance contract for the College.
Notice URLs
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-r6ebe6-0000790170-2025-06-02T00:00:00Z",
"date": "2025-06-02T00:00:00Z",
"ocid": "ocds-r6ebe6-0000790170",
"initiationType": "tender",
"parties": [
{
"id": "org-44",
"name": "New College Lanarkshire",
"identifier": {
"legalName": "New College Lanarkshire"
},
"address": {
"streetAddress": "1 Enterprise Way, Motherwell Campus",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 2TX"
},
"contactPoint": {
"name": "Lauren Millar",
"email": "Lauren.millar@nclan.ac.uk",
"telephone": "+44 3005558080",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.nclanarkshire.ac.uk"
}
},
{
"id": "org-9",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford Street",
"locality": "Hamilton",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"email": "hamiltoncivil@scotcourts.gov.uk",
"telephone": "+44 1698282957",
"url": "http://"
},
"roles": [
"reviewBody"
]
},
{
"id": "org-390",
"name": "New College Lanarkshire",
"identifier": {
"legalName": "New College Lanarkshire"
},
"address": {
"streetAddress": "1 Enterprise Way, Motherwell Campus",
"locality": "Motherwell",
"region": "UKM84",
"postalCode": "ML1 2TX"
},
"contactPoint": {
"email": "procurement@nclan.ac.uk",
"telephone": "+44 3005558080",
"url": "http://"
},
"roles": [
"buyer"
],
"details": {
"classifications": [
{
"id": "Body governed by public law",
"scheme": "TED_CA_TYPE"
},
{
"id": "09",
"description": "Education",
"scheme": "COFOG"
}
],
"url": "http://www.nclanarkshire.ac.uk"
}
},
{
"id": "org-391",
"name": "Dalkia Scotshield Limited",
"identifier": {
"legalName": "Dalkia Scotshield Limited"
},
"address": {
"streetAddress": "1 Rutherglen Links, Rutherglen Links Business Park,",
"locality": "Glasgow",
"region": "UKM95",
"postalCode": "G73 1DF"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme",
"url": "http://"
}
},
{
"id": "org-235",
"name": "Hamilton Sheriff Court",
"identifier": {
"legalName": "Hamilton Sheriff Court"
},
"address": {
"streetAddress": "Sheriff Court House, 4 Beckford St",
"locality": "Hamilton,",
"postalCode": "ML3 0BT"
},
"contactPoint": {
"email": "hamilton@scotcourts.gov.uk",
"telephone": "+44 1698282957",
"url": "https://www.scotcourts.gov.uk/courts-and-tribunals/courts-tribunals-and-office-locations/find-us/hamilton-sheriff-court/"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"name": "New College Lanarkshire",
"id": "org-390"
},
"tender": {
"id": "NCL-25-003",
"title": "Provision of Fire Alarm Maintenance",
"description": "The Authority was seeking a Contractor(s) for Provision of Fire Alarm Maintenance, including Maintenance, Monitoring and Repairs. This exercise will allow us to achieve best value for money in the supply of a fire alarm systems maintenance contract for the College.",
"status": "complete",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"id": "71630000",
"scheme": "CPV"
},
{
"id": "31625000",
"scheme": "CPV"
},
{
"id": "79711000",
"scheme": "CPV"
}
],
"deliveryLocation": {
"description": "Motherwell, Coatbridge and Cumbernauld"
},
"deliveryAddresses": [
{
"region": "UKM84"
},
{
"region": "UKM84"
}
],
"relatedLot": "1"
}
],
"value": {
"amount": 200000,
"currency": "GBP"
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"mainProcurementCategory": "services",
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"tenderPeriod": {
"endDate": "2025-03-24T12:00:00Z"
},
"awardPeriod": {
"startDate": "2025-03-24T12:00:00Z"
},
"documents": [
{
"id": "FEB524456",
"documentType": "contractNotice",
"title": "Provision of Fire Alarm Maintenance",
"description": "The Authority is seeking a Contractor(s) for Provision of Fire Alarm Maintenance, including Maintenance, Monitoring and Repairs. This exercise will allow us to achieve best value for money in the supply of a fire alarm systems maintenance contract for the College.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=FEB524456",
"format": "text/html"
},
{
"id": "JUN531522",
"documentType": "awardNotice",
"title": "Provision of Fire Alarm Maintenance",
"description": "The Authority was seeking a Contractor(s) for Provision of Fire Alarm Maintenance, including Maintenance, Monitoring and Repairs. This exercise will allow us to achieve best value for money in the supply of a fire alarm systems maintenance contract for the College.",
"url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN531522",
"format": "text/html"
}
],
"lots": [
{
"id": "1",
"description": "The College is seeking a Contractor(s) for the Provision of Fire Alarm Systems Maintenance. The scope for this contract will cover planned preventative maintenance (PPM) and reactive call outs for all fire detection and alarm systems, as well as emergency voice communication systems. This contract will cover all New College Lanarkshire campuses, including Kirkintilloch, Cumbernauld, Coatbridge and Motherwell.",
"status": "complete",
"awardCriteria": {
"criteria": [
{
"type": "quality",
"name": "Service Delivery - Planned Preventative Maintenance",
"description": "20"
},
{
"type": "price",
"description": "40"
}
]
},
"hasOptions": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"contractPeriod": {
"durationInDays": 1440
},
"hasRenewal": true,
"renewal": {
"description": "The Authority reserves the right to extend the Agreement for a further x24 months subject to satisfactory performance and continued Authority requirements."
}
}
],
"bidOpening": {
"date": "2025-03-24T12:00:00Z"
},
"contractTerms": {
"hasElectronicPayment": true,
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed"
},
"coveredBy": [
"GPA"
],
"otherRequirements": {
"requiresStaffNamesAndQualifications": true
},
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Question 4A.1 Please complete the questions on relevant professional or trade registers. This information will be used to assess the Tenderer is enrolled in the relevant professional membership or trade register. A fail will result in elimination from the procurement exercise. Tenderers must confirm they are registered with the BAFE Fire Safety Register, or an equivalent body. Contractors under this agreement must also either hold, or willing to obtain (within 3 month of award date) accredited with CHAS to the minimum level of CHAS Standard. More information on this accreditation can be found within Section 2 - Specification of Requirements. Pass = The Tenderer has provided all relevant professional or trade register documentation and has demonstrated required membership or willing to obtain membership, where applicable. Fail = The Tenderer has not provided the required relevant professional or trade register documentation or has provided the information, but this does not correctly demonstrate the sufficient professional membership or trade register, or willingness to obtain membership, as required."
},
{
"type": "economic",
"description": "Question 4B.6 of the SPD. Please complete the questions on financial accounts and supporting information. Successful Tenderer's will be required to provide two years of audited accounts or equivalent prior to award to the Agreement. This information will be used to assess the Tenderers economic and financial standing and is deemed a minimum standard and is mandatory. A fail will result in elimination from the procurement exercise. Question 4B.5 of the SPD. It is a requirement that all Tenderers must have or commit to have the required insurance levels at commencement of the Agreement as indicated below. Question 4B.5.1b Employers Liability - 5,000,000 GBP Question 4B.5.2 Other Insurances Product and Public Liability - 5,000,000 GBP A copy of the Insurance Certificate or Brokers Letter must be provided prior to award to demonstrate that the Insurance requirements can be met. All Insurance requirements are minimum standards and are mandatory. A fail will result in elimination of the procurement exercise.",
"minimum": "Pass = The Tenderer has provided all financial accounts and supporting information requirements and has demonstrated satisfactory economic and financial standing. Fail = The Tenderer has not provided the required financial accounts and supporting information or has provided the information but has not demonstrated satisfactory economic and financial standing. Pass = The Tenderer has the relevant Insurance in place with evidence of an Insurance Certificate or the Tenderer has committed to obtaining the required insurance with evidence of a brokers letter. Fail = The Tenderer does not have the relevant insurance requirements in place and cannot commit to obtaining the relevant insurance OR the Tenderer has stated they have the relevant insurance in place or can obtain it but is unable to provide evidence to demonstrate this."
},
{
"type": "technical",
"description": "Question 4C.1.2 of the SPD. Bidders are required to provide 2 examples in the last 3 years to demonstrate that they have relevant experience to deliver the services as described. Question 4C.4 of the SPD. Please provide a statement of the relevant supply chain management and/or tracking systems use as requested below: Tenderers must confirm prior to award that they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have systems in place to pay contractors through the supply chain promptly and effectively and provide evidence when requested of: a) their standard payment terms b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If the tenderer is unable to confirm (b) they must provide an improvement plan signed by their director which improves payment performance. Question 4C.7 of the SPD. Tenderers will be required to confirm that they will employ environmental management measures as follows: Tenderers will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond. Accepted evidence includes but is not limited to: - a completed copy of the Tenderer 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. For tenderers information, an example blank 'relevant contract' Climate Change Plan Template has been provided. Please confirm on PCS-T that you can meet this requirement and this information shall be provided when requested, prior to award. This question is for information only however it is mandatory that you provide a response. Question 4C.10 of the SPD. Please provide details of the proportion (i.e., percentage) of the contract that you intend to sub-contract. Tenderers are required to confirm whether they intend to sub-contract or not and, if so, for what proportion of the contract. This information must be provided with your tender submission as an attachment.",
"minimum": "Pass = The Tenderer provided 2 examples of relevant experience in the last three years. Fail = The Tenderer has not provided 2 examples of relevant experience in the last three years or the Tenderer has responded to the request but the examples provided are not relevant. Pass = Tenderer has confirmed that they have access to the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain and will be in a position to provide evidence when requested of a) their standard payment terms and b) > or equal to 95% of all supply chain invoices being paid on time (in accordance with the terms of the contract) in the last financial year. If unable to confirm, an improvement plan signed by their director which improves payment performance is provided. Fail = Tenderer has been unable to confirm a) above and has not provided b) above, when requested. Pass = The Bidder has provided a completed copy of their Bidder Climate Change Plan (or equivalent), when requested. Fail = The Bidder has not provided a completed copy of their Climate Chain Action Plan (or equivalent), when requested. Pass = Tenderer has confirmed whether it intends to subcontract or not and if so, details of proportion of contract sub-contracted are provided. Fail = Tenderer has failed to answer the question."
}
]
},
"submissionTerms": {
"languages": [
"en"
]
},
"classification": {
"id": "79711000",
"scheme": "CPV"
},
"hasRecurrence": true,
"recurrence": {
"description": "April 2027, or April 2028."
},
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
}
},
"language": "EN",
"description": "(SC Ref:800235)",
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000790170"
},
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000790170"
}
],
"noticetype": "OJEU - F3 - Contract Award Notice",
"awards": [
{
"id": "NCL-25-003",
"suppliers": [
{
"id": "org-391",
"name": "Dalkia Scotshield Limited"
}
],
"relatedLots": [
"1"
]
}
],
"contracts": [
{
"id": "NCL-25-003",
"awardID": "NCL-25-003",
"status": "active",
"value": {
"amount": 183788,
"currency": "GBP"
},
"dateSigned": "2025-05-29T00:00:00Z"
}
],
"relatedProcesses": [
{
"id": "1",
"relationship": [
"planning"
],
"scheme": "EU-OJ",
"identifier": "2025/S 000-006633"
}
],
"bids": {
"statistics": [
{
"id": "1091",
"measure": "bids",
"value": 7,
"relatedLot": "1"
},
{
"id": "1092",
"measure": "smeBids",
"value": 6,
"relatedLot": "1"
},
{
"id": "1093",
"measure": "foreignBidsFromEU",
"value": 0,
"relatedLot": "1"
},
{
"id": "1094",
"measure": "foreignBidsFromNonEU",
"value": 7,
"relatedLot": "1"
},
{
"id": "1095",
"measure": "electronicBids",
"value": 7,
"relatedLot": "1"
}
]
}
}