{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000591192-2019-12-10T00:00:00Z",
    "date": "2019-12-10T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000591192",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-66",
            "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 1294310000",
                "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-160",
            "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",
                "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-161",
            "name": "Rexel UK Ltd",
            "identifier": {
                "legalName": "Rexel UK Ltd"
            },
            "address": {
                "streetAddress": "17/25, Devon Place",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G41 1RB"
            },
            "contactPoint": {
                "telephone": "+44 7919014655"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        }
    ],
    "buyer": {
        "name": "North Ayrshire Council",
        "id": "org-160"
    },
    "tender": {
        "id": "NAC/2184",
        "title": "NAC/2184 - Supply of Smoke, Heat and Carbon Monoxide Detection Materials",
        "description": "Following the events at Grenfell Tower in June 2017 the Scottish Government implemented new Fire Safety Standards for all homes in Scotland. As corporate landlords North Ayrshire Council are upgrading the smoke, heat and carbon monoxide detection equipment in our Council houses and as such, a supplier is required to provide a variety of smoke, heat and carbon monoxide detection materials to the NAC Building Services main store in Stevenston. This requirement has been split into two lots: - Lot 1 - Battery Operated Detection Materials - Lot 2 - Mains Operated Detection Materials This procurement intends to appoint a single supplier per Lot to service this requirement. The Framework Agreement will be for a period of 18 months with the option to extend for up to a further 6 months at the sole discretion of the Council. As this is a framework agreement bidders should note that there is no guarantee of business, use, level of use or continuity of business throughout the framework agreement.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "31625200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38431200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38431000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "31625200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "31625100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38431200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "38431000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM93"
                    },
                    {
                        "region": "UKM93"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2019-09-03T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2019-09-03T12:00:00Z"
        },
        "documents": [
            {
                "id": "AUG361981",
                "documentType": "contractNotice",
                "title": "NAC/2184 - Supply of Smoke, Heat and Carbon Monoxide Detection Materials",
                "description": "Following the events at Grenfell Tower in June 2017 the Scottish Government implemented new Fire Safety Standards for all homes in Scotland. As corporate landlords North Ayrshire Council are upgrading the smoke, heat and carbon monoxide detection equipment in our Council houses and as such, a supplier is required to provide a variety of smoke, heat and carbon monoxide detection materials to the NAC Building Services main store in Stevenston. This requirement has been split into two lots: - Lot 1 - Battery Operated Detection Materials - Lot 2 - Mains Operated Detection Materials This procurement intends to appoint a single supplier per Lot to service this requirement. The Framework Agreement will be for a period of 18 months with the option to extend for up to a further 6 months at the sole discretion of the Council. As this is a framework agreement bidders should note that there is no guarantee of business, use, level of use or continuity of business throughout the framework agreement.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG361981",
                "format": "text/html"
            },
            {
                "id": "DEC374855",
                "documentType": "awardNotice",
                "title": "NAC/2184 - Supply of Smoke, Heat and Carbon Monoxide Detection Materials",
                "description": "Following the events at Grenfell Tower in June 2017 the Scottish Government implemented new Fire Safety Standards for all homes in Scotland. As corporate landlords North Ayrshire Council are upgrading the smoke, heat and carbon monoxide detection equipment in our Council houses and as such, a supplier is required to provide a variety of smoke, heat and carbon monoxide detection materials to the NAC Building Services main store in Stevenston. This requirement has been split into two lots: - Lot 1 - Battery Operated Detection Materials - Lot 2 - Mains Operated Detection Materials This procurement intends to appoint a single supplier per Lot to service this requirement. The Framework Agreement will be for a period of 18 months with the option to extend for up to a further 6 months at the sole discretion of the Council. As this is a framework agreement bidders should note that there is no guarantee of business, use, level of use or continuity of business throughout the framework agreement.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC374855",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 - Battery Operated Detection Materials",
                "description": "Following the events at Grenfell Tower in June 2017 the Scottish Government implemented new Fire Safety Standards for all homes in Scotland. As corporate landlords North Ayrshire Council are upgrading the smoke, heat and carbon monoxide detection equipment in our Council houses and as such, a supplier is required to provide a variety of smoke, heat and carbon monoxide detection materials to the NAC Building Services main store in Stevenston. This Lot covers battery operated materials.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Contractor Methodology",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "80"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement will be for a period of 18 months with the option to extend for up to a further 6 months at the sole discretion of the Council."
                }
            },
            {
                "id": "2",
                "title": "Lot 2 - Mains Operated Detection Materials",
                "description": "Following the events at Grenfell Tower in June 2017 the Scottish Government implemented new Fire Safety Standards for all homes in Scotland. As corporate landlords North Ayrshire Council are upgrading the smoke, heat and carbon monoxide detection equipment in our Council houses and as such, a supplier is required to provide a variety of smoke, heat and carbon monoxide detection materials to the NAC Building Services main store in Stevenston. This Lot covers mains operated materials.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Contractor Methodology",
                            "description": "10"
                        },
                        {
                            "type": "price",
                            "description": "80"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Framework Agreement will be for a period of 18 months with the option to extend for up to a further 6 months at the sole discretion of the Council."
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2147483647
        },
        "bidOpening": {
            "date": "2019-09-03T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "performanceTerms": "The under-noted are conditions of this tender Quality Management Procedures Health & Safety"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "For Completion by Non-UK Businesses Only: 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. Bidders must confirm if they hold the particular authorisation or memberships."
                },
                {
                    "type": "economic",
                    "minimum": "Bidders will be required to have a minimum \"general\" yearly turnover of 750,000 GBP per Lot for the last 3 years. Bidders who cannot meet the required level of turnover will be excluded from this tender. 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 = 10,000,000 GBP Public Liability Insurance = 10,000,000 GBP http://www.hse.gov.uk/pubns/hse40.pdf"
                },
                {
                    "type": "technical",
                    "description": "Bidders will be required to provide a minimum of 2 examples, within the last 3 years that demonstrate that they have the relevant experience to deliver the supplies as described in part II.2.4 of this 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 from within the last 3 years on the reference templates provided in the Instruction to Tenders document. References should be completed and signed by previous customers for contracts of a similar nature, value scope and size. Completed reference templates must be uploaded into the general attachments area of the qualification envelope. If any of the referees score the bidder less than 3 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. Please see the ESPD Guidance documents in the Instruction to Tenderers document for full details. 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, Full details are contained within the ESPD guidance form within the Instructions to tenderers document"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 90
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "maximumParticipants": 2
            }
        },
        "classification": {
            "id": "35121700",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "(SC Ref:607472)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000591192"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000591192"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "NAC/2184-1",
            "title": "Lot 1 - Battery Operated Detection Materials",
            "suppliers": [
                {
                    "id": "org-161",
                    "name": "Rexel UK Ltd"
                }
            ],
            "relatedLots": [
                "1"
            ]
        },
        {
            "id": "NAC/2184-2",
            "title": "Lot 2 - Mains Operated Detection Materials",
            "suppliers": [
                {
                    "id": "org-161",
                    "name": "Rexel UK Ltd"
                }
            ],
            "relatedLots": [
                "2"
            ]
        }
    ],
    "contracts": [
        {
            "id": "NAC/2184-1",
            "awardID": "NAC/2184-1",
            "title": "Lot 1 - Battery Operated Detection Materials",
            "status": "active",
            "value": {
                "amount": 550440,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-25T00:00:00Z"
        },
        {
            "id": "NAC/2184-2",
            "awardID": "NAC/2184-2",
            "title": "Lot 2 - Mains Operated Detection Materials",
            "status": "active",
            "value": {
                "amount": 738620,
                "currency": "GBP"
            },
            "dateSigned": "2019-11-25T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2019/S 148-363611"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "335",
                "measure": "bids",
                "value": 8,
                "relatedLot": "1"
            },
            {
                "id": "336",
                "measure": "bids",
                "value": 8,
                "relatedLot": "2"
            }
        ]
    }
}