Contract

Provision of LD2 Compliant Smoke Alarms for Domestic Properties

  • East Renfrewshire Council

F03: Contract award notice

Notice identifier: 2023/S 000-023573

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

Published 11 August 2023, 1:20pm



Section one: Contracting authority

one.1) Name and addresses

East Renfrewshire Council

Eastwood HQ, Eastwood Park,

Giffnock

G46 6UG

Contact

Chris Turner

Email

chris.turner@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.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

ERC000184

two.1.2) Main CPV code

  • 31625100 - Fire-detection systems

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Contract is for the appointment of a suitably qualified and competent Contractor to undertake works to ensure that East Renfrewshire Council (ERC) meet the legislative requirements introduced by the Scottish Government in February 2021 for fire alarm systems within domestic properties. Full address list provided with tender documentation.

The procurement was conducted via the Public Contracts Scotland - Tender portal (PCS-T). A one stage Open procedure was applied.

Bidders self-certified their adherence to the conditions of participation via the SPD (Scotland) in PSC-T, and submitted Means of Proof before contract commencement. Bidders referred 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.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £270,294.20

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems

two.2.3) Place of performance

NUTS codes
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

two.2.4) Description of the procurement

The Contract is 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. Full addresses list provided with the tender documentation.

The Contractor will 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 specification.

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 & Approach / Weighting: 20

Quality criterion - Name: On-Site Housekeeping / Weighting: 20

Quality criterion - Name: Complaints Procedure / Weighting: 15

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

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Community Benefits / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 5

Quality criterion - Name: Carbon Footprint / Weighting: 5

Quality criterion - Name: Sustainability / 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

The Council reserves the right to spend up to 500,000 GBP (excl VAT) over the life of the contract should additional budget become available


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: 2023/S 000-011753


Section five. Award of contract

Contract No

ERC000184

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 July 2023

five.2.2) Information about tenders

Number of tenders received: 9

Number of tenders received from SMEs: 9

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

Number of tenders received from tenderers from non-EU Member States: 9

Number of tenders received by electronic means: 9

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

five.2.3) Name and address of the contractor

G D Chalmers Ltd

101 Neilston Road

Paisley

PA2 6ES

Telephone

+44 1418896233

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

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

Total value of the contract/lot: £270,249.19


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.

The Council reserves the right to spend up to 500,000 GBP (excl VAT) over the life of the contract should additional budget become available

(SC Ref:740291)

six.4) Procedures for review

six.4.1) Review body

Paisley Sheriff Court and Justice of the Peace

Paisley

PA3 2HW

Email

paisley@scotcourts.gov.uk

Country

United Kingdom