{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000559571-2019-03-06T00:00:00Z",
    "date": "2019-03-06T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000559571",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-14",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "email": "procurement@north-ayrshire.gov.uk",
                "telephone": "+44 1294324730",
                "faxNumber": "+44 1294324054",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-99",
            "name": "North Ayrshire Council",
            "identifier": {
                "legalName": "North Ayrshire Council"
            },
            "address": {
                "streetAddress": "Cunninghame House, Friars Croft",
                "locality": "Irvine",
                "region": "UKM93",
                "postalCode": "KA12 8EE"
            },
            "contactPoint": {
                "name": "Claire Earnshaw",
                "email": "procurement@north-ayrshire.gov.uk",
                "telephone": "+44 1294310000",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "reviewBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.north-ayrshire.gov.uk"
            }
        },
        {
            "id": "org-325",
            "name": "Fortress Security Ltd",
            "identifier": {
                "legalName": "Fortress Security Ltd"
            },
            "address": {
                "streetAddress": "6 Langlands Street",
                "locality": "Kilmarnock",
                "region": "UKM93",
                "postalCode": "KA1 2AH"
            },
            "contactPoint": {
                "telephone": "+44 1563533222",
                "faxNumber": "+44 1563532656"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-99"
    },
    "tender": {
        "id": "NAC 2151",
        "title": "Maintenance, Servicing and Repair of Fire Alarms & Emergency Lighting",
        "description": "The contract comprises the maintenance, monitoring and reactive repairs of fire alarm systems, emergency lighting, intruder alarm systems, CCTV systems, access control/door entry systems, disabled refuge systems and nurse call systems.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "35121700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50610000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35120000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35125300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2018-11-02T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2018-11-02T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT333362",
                "documentType": "contractNotice",
                "title": "Maintenance, Servicing and Repair of Fire Alarms & Emergency Lighting",
                "description": "The contract comprises the maintenance, monitoring and reactive repairs of fire alarm systems, emergency lighting, intruder alarm systems, CCTV systems, access control/door entry systems, disabled refuge systems and nurse call systems.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT333362",
                "format": "text/html"
            },
            {
                "id": "MAR347796",
                "documentType": "awardNotice",
                "title": "Maintenance, Servicing and Repair of Fire Alarms & Emergency Lighting",
                "description": "The contract comprises the maintenance, monitoring and reactive repairs of fire alarm systems, emergency lighting, intruder alarm systems, CCTV systems, access control/door entry systems, disabled refuge systems and nurse call systems.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR347796",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "NAC-2151 Maintenance, Servicing and Repair of Fire Alarms & Emergency Lighting, Intruder Alarm Systems, CCTV, Access Control Systems, Disabled Refuge Systems, Nurse & Personal Alarm Systems. The contract comprises the maintenance, monitoring and reactive repairs of fire alarm systems, emergency lighting, intruder alarm systems, CCTV systems, access control/door entry systems, disabled refuge systems and nurse call systems. The contract includes for a 24 hour 365 days a year emergency call out service. There is a 1 hour response time on emergency call-outs included in the contract and the contractor must be able to attend any call-out within North Ayrshire within this timescale, day or night. The property portfolio contains properties with open and closed protocol systems and all of these systems are included within the contract. All new equipment installed should be fully open protocol. The contract term is 3 years + two optional extensions of 12 months each with estimated mid-March award and commencement on the week of 22/04/2019.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Communications and Progress Reporting Systems",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "50"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two potential extensions of 12 months each"
                }
            }
        ],
        "bidOpening": {
            "date": "2018-11-02T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "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. Where it is required within a bidder's country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to have a minimum \"general\" yearly turnover of 750,000 GBP for the last 3 years: Bidders will be required to have a minimum yearly turnover of 750,000 GBP for the last 3 years in the business area covered by the contract. Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up/started trading. It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 10M GBP http://www.hse.gov.uk/pubns/hse40.pdf Public Liability Insurance = 10M GBP Professional Indemnity Insurance = 5M GBP"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide 2 examples, within the last 3 years that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Contract Notice. The experience provided will be for projects of a similar value, size and scope. Unsatisfactory experience will result in a fail and exclusion from the tender process. Bidders must provide 2 satisfactory references for the same 2 experience example contracts on the reference templates provided alongside the Previous Experience Template in section 4C.1.2 of the ESPD. Completed reference templates must be uploaded into the general attachments area of the qualification envelope in PCS-T. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process. Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.",
                    "minimum": "Quality Management Procedures 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. A quality management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Quality Management Standards BAFE Scheme:SP203-1 (Maintenance module as a minimum) BAFE Scheme: SP101 and SP104 NSI/NACOSS: Gold or Silver (The Design, Installation and Maintenance of Electronic - Security Systems including Access Control, CCTV Systems and Intruder Alarms). Asbestos Awareness Confirm all operational and supervisory staff that will be directly assigned to the contract have certified asbestos training as detailed in Regulation 10 of the Control of Asbestos Regulations 2012. Please upload the certification in the general attachments area of the technical envelope. Failure to provide the relevant evidence of Asbestos Awareness training may lead to exclusion from the tender process. Health & Safety Procedures 1. The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum. OR 2. A Health & Safety policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract. Environmental Management Standards 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. An Environmental Management policy authorised by their Chief Executive or equivalent, and is regularly reviewed at a senior management level, which is relevant to the scale and scope of the contract."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "classification": {
            "id": "35120000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2018/S 192-434198"
        }
    ],
    "description": "North Ayrshire Council have decided not to use Lots for this tender for the reason(s) stated below: Nature of the contract not suitable for Lots (SC Ref:573873)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559571"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000559571"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NAC/2151",
            "suppliers": [
                {
                    "id": "org-325",
                    "name": "Fortress Security Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NAC/2151",
            "awardID": "NAC/2151",
            "status": "active",
            "value": {
                "amount": 1022500,
                "currency": "GBP"
            },
            "dateSigned": "2019-03-06T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "485",
                "measure": "bids",
                "value": 7,
                "relatedLot": "1"
            }
        ]
    }
}