Contract

Maintenance of Controlled Door Entry Systems

  • Falkirk Council

F03: Contract award notice

Notice identifier: 2024/S 000-020746

Procurement identifier (OCID): ocds-h6vhtk-044728

Published 8 July 2024, 11:34am



Section one: Contracting authority

one.1) Name and addresses

Falkirk Council

The Foundry, 4 Central Park, Central Boulevard

Larbert

FK5 4RU

Email

Stephen.Gow@falkirk.gov.uk

Telephone

+44 1324506566

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.falkirk.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00184

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 Controlled Door Entry Systems

Reference number

TCC/014/24

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

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably qualified and experienced contractors to undertake the maintenance of controlled door entry systems including the maintenance of controlled door closing mechanisms to Council properties within the Falkirk Council's area of operations.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Lowest offer: £79,949.02 / Highest offer: £206,433.77 taken into consideration

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
Main site or place of performance

Falkirk Council's area of operations.

two.2.4) Description of the procurement

Falkirk Council wishes to undertake a tendering process to enter into a framework agreement with suitably qualified and experienced contractors to undertake the maintenance of controlled door entry systems including the maintenance of controlled door closing mechanisms to Council properties within the Falkirk Council's area of operations.

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

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.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

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 000-007642


Section five. Award of contract

Contract No

TCC/014/24

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

26 June 2024

five.2.2) Information about tenders

Number of tenders received: 4

Number of tenders received from SMEs: 0

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 4

Number of tenders received by electronic means: 4

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Invincible Security Ltd.

Invincible House, Harbour Place

ardrossan

ka22 8bu

Telephone

+44 1294474040

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

No

five.2.3) Name and address of the contractor

VWS Limited

50 Deerdykes View, Westfield Industrial Estate

Cumbernauld

G68 9HN

Telephone

+44 7980878202

Country

United Kingdom

NUTS code
  • UKM84 - North Lanarkshire
The contractor is an SME

No

five.2.3) Name and address of the contractor

King Communications and Security Ltd

Unit G, Dundyvan Enterprise Park, 10 Dundyvan Way

Coatbridge

ML5 4FR

Telephone

+44 1236429445

Fax

+44 1236707929

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

No

five.2.3) Name and address of the contractor

Power Distribution Contracting Ltd

8 Baird Avenue, Strutherhill Ind Est

Larkhall

ML9 2PJ

Telephone

+44 1698889733

Fax

+44 1698889322

Country

United Kingdom

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

No

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

Lowest offer: £79,949.02 / Highest offer: £206,433.77 taken into consideration


Section six. Complementary information

six.3) Additional information

1. The Contractor is to undertake all electrical services in accordance with the current IET regulations; include for completion of appropriate or equivalent NICEIC/SELECT certification and shall also include certification appropriate to any remedial services required to BS 7671:2018 18th Edition and any subsequent amendments thereto.

2. All Door Entry Operatives employed by the Contractor to work on Framework agreement must be qualified to IET Wiring Regulations BS 7671:2018 18th Edition and any subsequent amendments thereto. Only those Electricians who have been evidenced to the Authority to hold the required relevant, valid and current qualifications are to be deployed by the successful Contractor.

3. Tenderers will provide relevant, valid and current certificates / qualifications of all operatives proposed to be undertaking Door Entry services, including sub-contractors, to the Authority with their tender bid, demonstrating they are qualified to IET Wiring Regulations BS 7671:2018 18th Edition.

4. Please complete Evidence Summary (Appendix B) to list the provided relevant, valid and current attachments of certification / qualifications, per proposed personnel.

5.Where the evidence does not clearly highlight this information to the satisfaction of the Authority, this evidence shall be deemed non-compliant and rejected, at the sole discretion of the Authority.

6. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN

ISO 9001 (or equivalent), OR provide responses in relation to 4D.1.2 A through to G in the in the ESPD(Scotland) Standard Statements v1.10.

7. The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS

OHSAS 18001 (or equivalent) or have within the last 12 months successfully met the assessment requirements of a construction — related

scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR provide responses in relation to 4D.1.4a

through to 4l in the ESPD(Scotland) Standard Statements v1.10

8. The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with

BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or provide responses in relation to: A through to G in the ESPD(Scotland) Standard Statements v1.10.

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

(SC Ref:771805)

six.4) Procedures for review

six.4.1) Review body

Falkirk Sheriff Court

Main Street

Camelon

Country

United Kingdom