Section one: Contracting authority
one.1) Name and addresses
South Lanarkshire Council
Council Headquarters, Almada Street
Hamilton
ML3 0AA
Contact
Irene Ann Peacock
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
hamiltoncivil@scotcourts.gov.uk
Telephone
+44 1698282957
Country
United Kingdom
Internet address
six.4.2) Body responsible for mediation procedures
Court of Session
Parliament House,Parliament Square
Edinburgh
EH1 1RQ
supreme.courts@scotcourts.gov.uk
Telephone
+44 1312252595
Country
United Kingdom