Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
PPM and Minor Repair of Fire, Intruder and Disabled Refuge Systems
Reference number
PRO0917
two.1.2) Main CPV code
- 50700000 - Repair and maintenance services of building installations
two.1.3) Type of contract
Services
two.1.4) Short description
This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour.
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: £712,000
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Inverclyde
two.2.4) Description of the procurement
This contract is for the periodic inspection and maintenance of Fire Alarm Systems, Intruder Systems & Disabled Refuge Systems. The provision of a call out service with a fully comprehensive cover for parts and labour.
The tenderer must hold either a NSI (silver or gold) or SSAIB accreditation.
two.2.5) Award criteria
Quality criterion - Name: Social Value Outcome Menu / Weighting: 3
Quality criterion - Name: Social Value Supporting Methodology / Weighting: 2
Quality criterion - Name: Fair Work First / Weighting: 5
Quality criterion - Name: Familiarity with Building Typologies / Weighting: 5
Quality criterion - Name: IT Solutions & Asset Database / Weighting: 10
Quality criterion - Name: Delivery Approach / Methodology / Weighting: 15
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
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.
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: 2024/S 000-000440
Section five. Award of contract
Contract No
PRO0917
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
11 March 2024
five.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 6
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: 9
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
DM Integrated Limited
Century House, Chapelhall Industrial Estate
Chapelhall, Airdrie
ML68QH
Telephone
+44 7917153809
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £712,000
Section six. Complementary information
six.3) Additional information
Bidders will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certificate, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate.
The tenderer must hold either a NSI (silver or gold) or SSAIB accreditation.
(SC Ref:760299)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street
Greenock
PA15 1TR
Country
United Kingdom