Contract

Maintenance of Honeywell Gent Alarms 2020 2023

  • South Lanarkshire Council

F03: Contract award notice

Notice identifier: 2021/S 000-015424

Procurement identifier (OCID): ocds-h6vhtk-02c3b3

Published 5 July 2021, 5:15pm



Section one: Contracting authority

one.1) Name and addresses

South Lanarkshire Council

Council Headquarters, Almada Street

Hamilton

ML3 0AA

Contact

Irene Ann Peacock

Email

irene.peacock@southlanarkshire.gov.uk

Telephone

+44 1698454793

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.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

Maintenance of Honeywell Gent Alarms 2020 2023

Reference number

SLC/PS/HTR/19/375 (previously SLC/PS/H&TR/20/089)

two.1.2) Main CPV code

  • 50710000 - Repair and maintenance services of electrical and mechanical building installations

two.1.3) Type of contract

Services

two.1.4) Short description

South Lanarkshire Council require a contractor to deliver a fully comprehensive service and maintenance contract covering two service visits per annum (with exception of SLC Council HQ which is 4 service visits per annum) and emergency call outs for repair work or for resetting the system subsequent to an activation including false alarms. The alarms are installed in 100 public buildings, sports centres and schools across South Lanarkshire.

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: £509,683.44

two.2) Description

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

The procurement was conducted via the Open Tendering procedure with all suitably qualified contractors being open to submitting a bid.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 30

Price - Weighting: 70

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

The contract was published with the contract reference number - SLC/PS/HTR/19/375.


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: 2020/S 152-373605


Section five. Award of contract

Contract No

SLC/PS/HTR/19/375 (previously SLC/PS/HTR/20/089)

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

23 March 2021

five.2.2) Information about tenders

Number of tenders received: 6

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: 6

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

SPIE Scotshield Limited

1 Rutherglen Links, Rutherglen Links Business Park,

Glasgow

G73 1DF

Telephone

+44 1416137400

Fax

+44 8448094341

Country

United Kingdom

NUTS code
  • UKM95 - South Lanarkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £509,683.44


Section six. Complementary information

six.3) Additional information

ESPD Question 2.C.1 Reliance on the capacities of other entities -

Bidders are required to complete a full ESPD for each of the entities whose capacity they rely upon

ESPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely

Bidders are required to complete a shortened version of the ESPD 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.

ESPD Questions 3A – 3C have been identified as mandatory exclusion grounds and ESPD 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.

ESPD Question 4C.10 Technical and Professional Ability (Sub-Contracting)

Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

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.

ESPD Question 2D.1 Prompt Payment Certificate

ESPD Question 3D.3 Human Rights Act Declaration

Declaration Section *Form of Tender

ESPD Question 3D.11 Non-Collusion Certificate

ESPD Question 4B.5.1 Insurance Certificates

ESPD Questions 3A.1 to 3A.8 Serious and Organised Crime

Declaration

ESPD Question 3A.6 Modern Slavery Act 2015 Declaration

Declaration Section Health and Safety Questionnaire

*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 ESPD 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:649031)

six.4) Procedures for review

six.4.1) Review body

Hamilton Sherriff Court

Sheriff Court House, 4 Beckford Street,

Hamilton

ML3 0BT

Email

hamiltoncivil@scotcourts.gov.uk

Telephone

+44 1698282957

Country

United Kingdom

Internet address

www.scotscourts.gov.uk

six.4.2) Body responsible for mediation procedures

Court of Session

Parliament House,Parliament Square

Edinburgh

EH1 1RQ

Email

supreme.courts@scotcourts.gov.uk

Telephone

+44 1312252595

Country

United Kingdom

Internet address

www.scotcourts.gov.uk