Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
Contact
Irene Peacock
irene.peacock@southlanarkshire.gov.uk
Country
United Kingdom
NUTS code
UKM95 - South Lanarkshire
Internet address(es)
Main address
http://www.southlanarkshire.gov.uk
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410
one.4) Type of the contracting authority
Regional or local Agency/Office
one.5) Main activity
Housing and community amenities
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Maintenance of Commercial and Domestic Fire Suppression Systems
Reference number
SLC/PS/HTR/22/125
two.1.2) Main CPV code
- 50800000 - Miscellaneous repair and maintenance services
two.1.3) Type of contract
Services
two.1.4) Short description
The Council wish to appoint a contractor to conduct the service and maintenance of all fire suppression and sprinkler systems within their commercial and domestic properties throughout South Lanarkshire. This includes the provision of an emergency call out service and carrying out remedial works as required. The properties with fire suppression and sprinkler systems range from Primary Schools, Social Work establishments, Educational establishments, etc.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £3,090,060
two.2) Description
two.2.2) Additional CPV code(s)
- 50800000 - Miscellaneous repair and maintenance services
two.2.3) Place of performance
NUTS codes
- UKM95 - South Lanarkshire
Main site or place of performance
South Lanarkshire Council
two.2.4) Description of the procurement
Procurement will be conducted via the Open Tendering procedure and the ITT will be published in Public Contracts Scotland Tender (PCST).
two.2.5) Award criteria
Quality criterion - Name: Quality / Weighting: 40
Price - Weighting: 60
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Quality Award Criteria listed below:
Qualifications / Accreditations of Operatives
Fictitious Initial Service Visit
Service Delivery
Resources / Training
Community Benefits - minimum number of points required - 150
Fair Work First
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2022/S 000-022722
Section five. Award of contract
Contract No
SLC/PS/HTR/22/125
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 January 2023
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
FES Ltd
Forth House , Pirnhall Business Park
Stirling
FK7 8HW
Country
United Kingdom
NUTS code
- UKM77 - Perth & Kinross and Stirling
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £3,090,060
five.2.5) Information about subcontracting
The contract is likely to be subcontracted
Short description of the part of the contract to be subcontracted
FES Ltd intend to subcontract the excavations and cable install to Belac Group Ltd.
Section six. Complementary information
six.3) Additional information
SPD Question 2.C.1 Reliance on the capacities of other entities
Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon.
SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely
Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on.
Exclusion Criteria
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.
SPD Questions 3A – 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. .For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.
Declarations and Certificates
In an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
SPD Question 2D.1 Prompt Payment Certificate
SPD Questions 3A.1 to 3A.8 Serious and Organised Crime Declaration
SPD Question 3A.6 Modern Slavery Act 2015 Declaration
SPD Question 3C.1 Blacklisting In Construction Industry Declaration
Declaration Section Health and Safety Questionnaire
Declaration Section *Form of Tender
SPD Question 3D.11 Non-Collusion Certificate
SPD Question 4B.5.1 Insurance Certificates
SPD Question 4C.6 Accreditations
SPD Question 4D.1 Health and Safety Questionnaire
SPD Question 4D.2 Environmental Management Certification
*The ‘Form of Offer to Tender’ must be completed and uploaded within the relevant question in the Commercial Envelope.
In the case of an open tender, the other Declarations listed above will not be required to be uploaded and submitted with the bid, but will instead be requested by the Council following the conclusion of the evaluation of the Qualification, Technical and Commercial Envelopes and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the SPD will invalidate the bid. In this scenario the Council will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on until a fully compliant bidder is identified.
(SC Ref:723130)
six.4) Procedures for review
six.4.1) Review body
Hamilton Sheriff Court
Sheriff Court House, 4 Beckford Street,
Hamilton
ML3 0BT
hamiltoncivl@scotcourts.gov.uk
Telephone
+44 1698282957
Country
United Kingdom
Internet address
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Please note, the alternative review body to the local Sheriff Court detailed in VI.4.1 is:
Court of Session
Parliament House
Parliament Square
Edinburgh
EH1 1RQ
+44 1312252595