Contract

MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 – 2026 in Non-Domestic Properties

  • North Lanarkshire Council

F03: Contract award notice

Notice identifier: 2022/S 000-028858

Procurement identifier (OCID): ocds-h6vhtk-031c47

Published 13 October 2022, 2:35pm



Section one: Contracting authority

one.1) Name and addresses

North Lanarkshire Council

Civic Centre, Windmillhill Street

Motherwell

ML1 1AB

Contact

Karen Gorman

Email

contractstrategy@northlan.gov.uk

Country

United Kingdom

NUTS code

UKM84 - North Lanarkshire

Internet address(es)

Main address

http://www.northlanarkshire.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00010

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

MTC for Fire Alarm, Smoke Alarm and Protection Systems Service and Maintenance 2022 – 2026 in Non-Domestic Properties

Reference number

NLC-CPT-21-057 / HO PM 21 046

two.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

two.1.3) Type of contract

Services

two.1.4) Short description

There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries.

The scope of services required includes (although is not limited to) the following:

-cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire

protection systems, including sprinkler and smoke vent systems, installed at various Corporate

and Leisure properties throughout North Lanarkshire;

-priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems,

including sprinkler and smoke vents systems, components and plant;

-potential reactive new installation works where repairs are not effective (no requirement for

contractor design)

-providing 24/7 reactive call out service to investigate faults; and,

-liaising with other Council maintenance Contractors, when required

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: £800,000

two.2) Description

two.2.2) Additional CPV code(s)

  • 31625100 - Fire-detection systems
  • 31625200 - Fire-alarm systems

two.2.3) Place of performance

NUTS codes
  • UKM84 - North Lanarkshire
Main site or place of performance

North Lanarkshire Council

two.2.4) Description of the procurement

There is a requirement to appoint a competent and experienced Contractor to ensure that the Council fulfils its duties relating to the service and maintenance of fire alarms and fire protection systems. Building use types include schools, residential care homes, leisure centres, offices, community halls and libraries.

The scope of services required includes (although is not limited to) the following:

-cyclical servicing, maintenance, inspection, testing and certification of the fire alarm and fire protection systems, including sprinkler and smoke vent systems, installed at various Corporate and Leisure properties throughout North Lanarkshire;

-priority coded ad-hoc minor and major repairs to fire alarm and fire protection systems, including sprinkler and smoke vents systems, components and plant;

-potential reactive new installation works where repairs are not effective (no requirement for contractor design)

-providing 24/7 reactive call out service to investigate faults; and,

-liaising with other Council maintenance Contractors, when required.

two.2.5) Award criteria

Quality criterion - Name: End User Satisfaction / Weighting: 30%

Quality criterion - Name: Programme Adherence / Weighting: 30%

Quality criterion - Name: Health & Safety and Environmental / Weighting: 25%

Quality criterion - Name: Fair Work First / Weighting: 5%

Quality criterion - Name: Community Benefits Offered for the minimum contract period of 13 months and 20 days / Weighting: 5%

Quality criterion - Name: Community Benefits Offered for the duration of the possible extension periods up to 24 months / Weighting: 2.5%

Quality criterion - Name: Community Benefits Supporting Methodologies / Weighting: 2.5%

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

Bidders should read and refer to the ITT. Failure to comply with the instructions contained within the ITT may result in a Bidder's submission being rejected. 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.

DEADLINE FOR QUESTIONS IS 12 NOON 24/03/2022


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 000-005547


Section five. Award of contract

Contract No

NLC-CPT-21-057

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

12 October 2022

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 4

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: 5

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

Email

salesadmin.mts@spie.com

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: £800,000


Section six. Complementary information

six.3) Additional information

The information required in Part II of the SPDS is for information only and will therefore not be assessed. The Council may however choose not to select Bidders who cannot provide basic company information.

Bidders must ensure that they submit appropriate SPDS completed by other members of the group (if they are bidding as part of a group), others whose capacity they rely on, and known sub-contractors on whose capacity they do not rely on, to satisfy any aspect of the SPDS.

Bidders unable to complete SPDS Part IV: Concluding Statements may be excluded from the competition.

The complete ITT, with no pages omitted, must be submitted in accordance with instructions given, and be signed by an authorised representative (i.e. company director, secretary or other person authorised by the Candidate to do so). If the signatory is not the Bidder then the Bidder must provide, at the time of submitting the ITT, written confirmation of the signatory's authority to submit the ITT. Bidders should note that all documents listed in ITT Section 12 "Checklist of Required Documents" must be fully completed and submitted to ensure the submission is considered complete. Failure to do so may result in the submission being deemed non-compliant.

Quality Questions - Minimum Score – If the average final score for any quality question response is below the minimum score requirement set for that question, then the submission response will be deemed non-compliant. For the avoidance of doubt, if any quality question is unanswered this will result in the bid being deemed non-compliant.

BIDDERS PLEASE NOTE: Police Scotland identified a number of business areas which have a high risk of infiltration by Serious and Organised Crime groups; this contract belongs to one such area and as such the Authority reserves the right to include enhanced probity checks prior to any contract award, including sharing tenderer information with Police Scotland. The tender pack includes a schedule for the Declaration of non-involvement in serious organised crime; this is a mandatory tender submission requirement for all bidders.

(SC Ref:710154)

six.4) Procedures for review

six.4.1) Review body

Scottish Courts

Edinburgh

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or is at risk of suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 or the Procurement Reform (Scotland) Act 2014, may bring proceedings in the Sheriff Court or the Court of Session.