Contract

Provision of LD2 Compliant Smoke Alarms for Domestic Properties

  • East Renfrewshire Council

F03: Contract award notice

Notice identifier: 2023/S 000-015926

Procurement identifier (OCID): ocds-h6vhtk-038d64

Published 6 June 2023, 10:19am



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Contact

Chris Turner

Email

christurner@eastrenfrewshire.gov.uk

Telephone

+44 1415773676

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.eastrenfrewshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183

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

Provision of LD2 Compliant Smoke Alarms for Domestic Properties

Reference number

ERC000119

two.1.2) Main CPV code

  • 31625100 - Fire-detection systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Contract shall be for the appointment of a suitably qualified and competent Contractor to undertake works to ensure that East Renfrewshire Council (ERC) meet the new legislative requirements introduced by the Scottish Government in February 2021 for fire alarm systems within domestic properties.

This procurement will be conducted via the Public Contracts Scotland - Tender portal (PCS-T). We will apply a one stage Open procedure.

Bidders must self-certify their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and may be required to submit Means of Proof before contract award. Bidders must refer to the specific requirements listed in Section III in this OJEU Contract Notice when completing the SPD in PCS-T.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance

East Renfrewshire Council area

two.2.4) Description of the procurement

The Contract shall be for the appointment of a suitably qualified and competent Contractor to undertake works to ensure that East Renfrewshire Council (ERC) meet the new legislative requirements introduced by the Scottish Government in February 2021 for fire alarm systems within domestic properties.

The Contractor shall be responsible for the supply and installation, setting to work, commissioning and provision of record documentation, and maintenance manuals for a LD2 smoke, heat and carbon monoxide detection system installation as detailed in the following specification. This document should be read in conjunction with all other contract documents provided by the Client.

The works shall include for the following: -

- Provide at least one smoke detector in the room most frequently used for general daytime living purposes

- Provide at least one smoke detector in every circulation space on each storey of the building, such as hallways and landings

- Provide at least one heat detector in the kitchen

- Provide that all detectors should be ceiling mounted

- Provide that all detectors are interlinked

- Provide an accessible interlinked test switch

- Provide a CO detector to any room which contains a gas combustion appliance interlinked to all other detectors

The Contractor must ensure disruption to the use of existing services within all properties is minimised.

Properties will remain occupied throughout the duration of the Contract works by ERC tenants.

two.2.5) Award criteria

Quality criterion - Name: Project Methodology and Approach / Weighting: 20%

Quality criterion - Name: On site Housekeeping/sustainability / Weighting: 20%

Quality criterion - Name: Complaints Procedure / Weighting: 20%

Quality criterion - Name: Risk Management Measures / Weighting: 10%

Quality criterion - Name: Contract Management / Weighting: 10%

Quality criterion - Name: Fair Working Practices / Weighting: 5%

Quality criterion - Name: Community Benefits / Weighting: 10%

Quality criterion - Name: Carbon Footprint / Weighting: 5%

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 8 and 9 of the Procurement (Scotland) Regulations 2016.


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 000-035368


Section five. Award of contract

Contract No

ERC000119

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.3) Additional information

Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days

of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.

The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice.

(SC Ref:734481)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court

Paisley

PA3 2HW

Email

paisley@scotcourts.gov.uk

Country

United Kingdom