Tender

PS-21-48 - Fire Alarm and Emergency Lighting Maintenance MTC

  • East Ayrshire Council

F02: Contract notice

Notice identifier: 2021/S 000-014388

Procurement identifier (OCID): ocds-h6vhtk-02bfa7

Published 24 June 2021, 11:34am



Section one: Contracting authority

one.1) Name and addresses

East Ayrshire Council

Corporate Procurement Team, London Road HQ

Kilmarnock

KA3 7BU

Email

david.shields@east-ayrshire.gov.uk

Telephone

+44 1563576183

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.east-ayrshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00223

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

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

PS-21-48 - Fire Alarm and Emergency Lighting Maintenance MTC

Reference number

PS-21-48

two.1.2) Main CPV code

  • 50413200 - Repair and maintenance services of firefighting equipment

two.1.3) Type of contract

Services

two.1.4) Short description

Name: Fire Alarm and Emergency Lighting Servicing, Maintenance & Repair Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing & testing, and to emergency/reactive repairs of fire alarm systems and emergency lighting. It is anticipated that the vast majority of work will be carried out during normal working hours.

Location: Premises listed in Appendices to ITT document.

Contract length: 3 year plus option of three 1 year extensions.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625200 - Fire-alarm systems
  • 35121700 - Alarm systems
  • 45312100 - Fire-alarm system installation work
  • 31625000 - Burglar and fire alarms
  • 31625100 - Fire-detection systems

two.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

two.2.4) Description of the procurement

Name: Fire Alarm and Emergency Lighting Servicing, Maintenance & Repair Term Contract.

Nature: The nature of the works envisaged within this contract relates to both the planned inspection, servicing & testing, and to emergency/reactive repairs of fire alarm systems and emergency lighting. It is anticipated that the vast majority of work will be carried out during normal working hours.

Location: Premises listed in Appendices to ITT document.

Contract length: 3 year plus option of three 1 year extensions.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 35

Price - Weighting: 65

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

3No. 1year optional extensions

two.2.10) Information about variants

Variants will be accepted: No

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

For the purpose of this Contract, all Contractors (including any Sub-Contractors if appropriate) must hold appropriate Security Systems and Alarms Inspection Board (SSAIB) registration throughout the entire Contract period.

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Standing

The Council shall commission an independent third party business credit report from Creditsafe Business Solutions Ltd using the Company Registration number supplied by the Tenderer. Any Tenderer who does not meet the minimum threshold of a Credit Score of 30 out of 100 will have their submission regarded as a “Fail” and will not be considered further. Where a Tenderer receives a Credit Score of between 30-50 out of 100, the Council reserves the right to request further financial information to determine the risk to the Council. In the event that such additional measures are requested, the Council shall, in its sole discretion, determine the terms of those measures that it deems as acceptable. If Tenderers cannot provide measures to the satisfaction of the Council then their submission may be rejected.

Risk or Credit reports from other agencies will not be considered.

It is the Tenderers responsibility to ensure that all information held by Experian is current and accurate when submitting their Tender. The Council will not enter into discussions with Tenderers who fail to ensure that their Experian scores are accurate by the due submission date.

Insurances

It is a requirement of this Contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded Contract, the insurances indicated below.

Public & Products Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims.

Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims.

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


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.2.2) Time limit for receipt of tenders or requests to participate

Date

28 July 2021

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

28 July 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: 3 years

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19054. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

It has become clear that there is scope within the EU legal framework 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 response to the Quality criteria, Tenderers are requested to provide an outline of all community benefits you can offer for this contract.

(SC Ref:658418)

six.4) Procedures for review

six.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Country

United Kingdom