Section one: Contracting authority
one.1) Name and addresses
Dundee City Council
Dundee House, 50 North Lindsay Street
Dundee
DD1 1NZ
Contact
Wendy Hall
Telephone
+44 1382433745
Country
United Kingdom
NUTS code
UKM71 - Angus and Dundee City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00220
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
Service and Maintenance of Roller Shutter Doors
Reference number
DCC/CD/32/24
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
This procurement process is for the Contract for the Service and Maintenance Roller Shutter Doors. This is a 3-year contract with the option to extend for 1 years then a further 1 year totalling 5 years if extension option is utilised. This will be from 2024 – 2027 for 3-year initial contract ending in 2029 if extension options are utilised.
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: £80,810
two.2) Description
two.2.2) Additional CPV code(s)
- 50710000 - Repair and maintenance services of electrical and mechanical building installations
- 50711000 - Repair and maintenance services of electrical building installations
two.2.3) Place of performance
NUTS codes
- UKM71 - Angus and Dundee City
Main site or place of performance
Dundee City
two.2.4) Description of the procurement
The works shall comprise the Inspection, Testing, Certification, written reporting and subsequent servicing and maintenance of the Roller Shutter Doors and associated equipment at various Dundee City Council properties, along with minor and urgent repair works which may have not been foreseen. Dundee City Council are not obligated to accept any quotations in relation to repair and/or replacement works and reserve the right to adopt alternative procurement processes. This work shall be carried out to the requirements and recommendations set out in current applicable British Standards, European Standards and all statutory requirements.
The works shall include and take into consideration the following:
The annual routine servicing of electrically and manually operated Roller Shutter Doors together with urgent repair works ordered during the period of the contract.
Visual inspection of cable and check integrity of electrical connections only. Confirm earth continuity to the doors.
two.2.5) Award criteria
Quality criterion - Name: Resourcing of Requirements – Staffing / Weighting: 10
Quality criterion - Name: Resourcing of Requirements – Development / Weighting: 10
Quality criterion - Name: Continuous Improvement – Customer Care / Weighting: 4
Quality criterion - Name: Continuous Improvement – Feedback / Weighting: 4
Quality criterion - Name: Resourcing of Requirements- Documentation and Timescales / Weighting: 4
Quality criterion - Name: Resourcing of Requirements - Disruption / Weighting: 5
Quality criterion - Name: Resourcing of Requirements – Emergency call out / Weighting: 10
Quality criterion - Name: Resourcing of Requirements – Programme of Works / Weighting: 10
Quality criterion - Name: Community Benefits Qu 1 / Weighting: 1
Quality criterion - Name: Community Benefits Qu 2 / Weighting: 0.5
Quality criterion - Name: Fair Work First / Weighting: 1.5
Quality criterion - Name: Compliance with Specification of Requirements / Weighting: PASS/FAIL
Quality criterion - Name: CDM Construction, Design and Management Regulations 2015 / Weighting: PASS/FAIL
Quality criterion - Name: Duty of Care, Health and Safety & Risk Management / Weighting: PASS/FAIL
Quality criterion - Name: Site Specific Risk Assessment and Method Statement / Weighting: PASS/FAIL
Quality criterion - Name: Health and Safety / Weighting: PASS/FAIL
Quality criterion - Name: Resourcing / Weighting: PASS/FAIL
Quality criterion - Name: Environment / Weighting: PASS/FAIL
Quality criterion - Name: Fair Tax Declaration / Weighting: PASS/FAIL
Price - Weighting: 40
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
Bidders are required to be a member of the Door and Hardware Federation, or an equivalent body approved by Dundee City Council. Failure to have membership with the Door and Hardware Federation of equivalent may lead to exclusion from the procurement process.
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: 2024/S 000-016136
Section five. Award of contract
Contract No
DCC/CD/32/24
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
9 August 2024
five.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 3
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: No
five.2.3) Name and address of the contractor
Assa Abloy
7 Churchill Way
Sheffield
S35 2PY
Telephone
+44 7808578221
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £80,810
Section six. Complementary information
six.3) Additional information
Bidders are required to be a member of the Door and Hardware Federation, or an equivalent body approved by Dundee City Council. Failure to have membership with the Door and Hardware Federation of equivalent may lead to exclusion from the procurement process.
Tenderers must confirm they already have or commit to obtain prior to the commencement of the contract, the following levels of insurance:
1a. Professional Risk Indemnity Insurance covering the failure of the bidder to use the skill and care normally used by professionals providing the services described in this tender to the level of 5,000,000 GPB in respect of each and every claim.
1b. Employer’s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10,000,000 GBP in respect of each claim, and
2. Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5,000,000 GBP in respect of each claim.
(SC Ref:775854)
six.4) Procedures for review
six.4.1) Review body
Dundee Sheriff Court & Justice of the Peace Court
6 West Bell Street
Dundee
DD19AD
Telephone
+44 1382229961
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
Scottish Courts Service
Saughton House, Broomhouse Drive
Edinburgh
EH113XP
Telephone
+44 1314443300
Country
United Kingdom