{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000817335-2025-12-02T00:00:00Z",
    "date": "2025-12-02T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000817335",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-46",
            "name": "South Ayrshire Council",
            "identifier": {
                "legalName": "South Ayrshire Council"
            },
            "address": {
                "streetAddress": "County Buildings, Wellington Square",
                "locality": "Ayr",
                "region": "UKM94",
                "postalCode": "KA7 1DR"
            },
            "contactPoint": {
                "email": "procurement@south-ayrshire.gov.uk",
                "telephone": "+44 3001230900",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.south-ayrshire.gov.uk/procurement/"
            }
        },
        {
            "id": "org-47",
            "name": "Ayr Sheriff Court",
            "identifier": {
                "legalName": "Ayr Sheriff Court"
            },
            "address": {
                "locality": "Ayr"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "South Ayrshire Council",
        "id": "org-46"
    },
    "tender": {
        "id": "CE-199-25",
        "title": "CE-199-25 Measured Term Contract (MTC) for Servicing, Maintenance & Monitoring of Intruder Alarm Systems",
        "description": "The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Servicing, Maintenance and Monitoring of Intruder Alarms in operational properties throughout South Ayrshire.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "31625300",
                        "scheme": "CPV"
                    },
                    {
                        "id": "35121700",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM94"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2026-01-20T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2026-01-20T12:00:00Z"
        },
        "documents": [
            {
                "id": "DEC544704",
                "documentType": "contractNotice",
                "title": "CE-199-25 Measured Term Contract (MTC) for Servicing, Maintenance & Monitoring of Intruder Alarm Systems",
                "description": "The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Servicing, Maintenance and Monitoring of Intruder Alarms in operational properties throughout South Ayrshire.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=DEC544704",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Council requires to appoint, to a Measured Term Contract, a suitably experienced Service Provider to carry out Servicing, Maintenance and Monitoring of Intruder Alarms in operational properties throughout South Ayrshire.",
                "status": "active",
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1800
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "1+1+1"
                }
            }
        ],
        "bidOpening": {
            "date": "2026-01-20T12:00:00Z"
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the period of the Contract Agreement, the Service Provider shall monitor and measure their performance against the Key Performance Indicators (KPIs) detailed below: Cost - Category Weight (20%) Invoice Accuracy - 50% Cost Reduction Initiatives - 50% Quality - Category Weight (30%) Fit for Purpose - 50% Contract Outcome - 40% Continual Improvement / Innovation - 10% Service - Category Weight (40%) Complaints - 15% Communication - 30% Management Information - 25% Accuracy - 30% Sustainability - Category Weight (10%) Sustainable Processes - 50% Community Benefits - 50% The above KPIs shall make up the Balanced Scorecard and will be used to score the Service Provider's / Supplier's performance. The Council's Contract Administrator and other relevant stakeholder shall score the Service Provider's / Supplier's against the expected results"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "It is a requirement of this procurement that Tenderers hold, or can commit to obtain, prior to the commencement of any subsequently awarded Contract, the accreditations indicated below: For the purposes of this Contract, the Contractor and/or Sub Contractor who is responsible for all Intruder Alarm Systems must be accredited to the following standards, or equal: 1. BAFE Scheme: SP203-1 Intruder Alarms (Design, Installation, Commissioning & Maintenance) OR 2. SSAIB or NSI/NACOSS: Gold or Silver Medal (for Monitoring & Communication) AND SELECT or NICEIC Evidence for this requirement will be requested at the \"Request For Documentation\" Stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "50000000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "September 2030"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "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 or regulation 8 of The Procurement (Scotland) Regulations 2016 . Quality Control Requirements Tenderers may be required to provide the following for Quality Control requirements: EITHER: Option A) If a Tenderer's organisation holds an UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) a copy of the certificate may be requested. OR Option B) If a Tenderers organisation has a documented policy regarding quality management, a copy of the policy may be requested. Guidance The policy should set out your organisation's responsibilities for quality management. Demonstrating that your organisation has and continues to implement a quality management policy that is authorised by the Chief Executive or equivalent and is periodically reviewed at a senior management level. The policy should be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Quality Assurance/Health and Safety Requirements Tenderers may be required to provide the following for Quality Assurance/Health and Safety Requirements: EITHER: Option A) If a Tenderer's organisation holds an UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001(or equivalent), or if a Tenderers organisation has, within the last twelve months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum, then a copy of the certificate may be requested. OR, Option B) If a Tenderers organisation has a policy for health and safety (H&S) management, then a copy of the policy may be requested. Guidance Organisations with less than five employees are not required by law to have a documented policy statement. The need to reduce documentary requirements on micro businesses in particular will be taken into account by the evaluation panel. Your policy should provide evidence that your organisation has a H&S policy that is endorsed by the chief executive officer and that it is regularly reviewed. The policy should be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within your organisation. Your policy should be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation. Environmental Management Standards Requirements Tenderers may be required to provide the following for Environmental Management Requirements: EITHER: Option A) If a Tenderer's organisation holds an UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate, then a copy of the certificate may be requested. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30234. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: It has become clear that there is scope within the Procurement Reform (Scotland) Act 2014 which applies to public contracts, to use contracts to deliver wider social benefits such as: - Targeted recruitment and training (providing employment and training opportunities/Apprenticeships) - SME and social enterprise development - Community engagement As part of your tender response, Tenderers are requested to provide an outline of all community benefits they can offer for this contract. (SC Ref:817335)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000817335"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}