Section one: Contracting authority
one.1) Name and addresses
Moray Council
High Street
Elgin
IV30 1BX
Contact
Adrian Hicks
Telephone
+44 1343563137
Country
United Kingdom
NUTS code
UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00160
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.publictendersscotland.publiccontractsscotland.gov.uk
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
18/0524 Maintenance & Repair of Fire & Security Systems & Equipment
Reference number
18/0524
two.1.2) Main CPV code
- 51700000 - Installation services of fire protection equipment
two.1.3) Type of contract
Services
two.1.4) Short description
Maintenance & Repair of Fire & Security Systems & Equipment
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
2
two.2) Description
two.2.1) Title
Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment
Lot No
1
two.2.2) Additional CPV code(s)
- 31625200 - Fire-alarm systems
- 31625100 - Fire-detection systems
- 24951220 - Fire-extinguisher agents
- 50413200 - Repair and maintenance services of firefighting equipment
- 31518200 - Emergency lighting equipment
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Moray
two.2.4) Description of the procurement
Lot 1 - 18/0524 Maintenance & Repair of Fire Detection & Alarm Systems, Emergency Lighting & Fire Fighting Equipment
two.2.5) Award criteria
Quality criterion - Name: Staffing and Contract Management / Weighting: 35
Quality criterion - Name: Scenarios / Weighting: 60
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend by a further 2 years in annual increments
two.2.10) Information about variants
Variants will be accepted: No
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) Description
two.2.1) Title
Maintenance & Repair of CCTV Systems & Intruder Alarm Systems
Lot No
2
two.2.2) Additional CPV code(s)
- 31625300 - Burglar-alarm systems
two.2.3) Place of performance
NUTS codes
- UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance
Moray
two.2.4) Description of the procurement
18/0524 Maintenance & Repair of CCTV Systems & Intruder Alarm Systems
two.2.5) Award criteria
Quality criterion - Name: Staffing and Contract Management / Weighting: 35
Quality criterion - Name: Intruder Alarm Scenario / Weighting: 30
Quality criterion - Name: CCTV System Scenario / Weighting: 30
Quality criterion - Name: Community Benefits / Weighting: 5
Price - Weighting: 30
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
Yes
Description of renewals
Option to extend by a further 2 years in annual increments.
two.2.10) Information about variants
Variants will be accepted: No
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
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
SPD.4A.2 - Where it is required within a bidder’s country of establishment they must confirm which authorisation or memberships of the relevant organisation(s) are required in order to perform this service.
three.1.2) Economic and financial standing
List and brief description of selection criteria
SPD.4B.2.1 - Bidders will be required to have a minimum yearly turnover of GBP 1,000,000 for the last 3 years in the business area covered by the contract.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = GBP 5M
Public Liability Insurance =GBP 3M
three.1.3) Technical and professional ability
List and brief description of selection criteria
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
Minimum level(s) of standards possibly required
Minimum number of relevant examples: 2
Requirement: Examples to be of a similar range and scale within the last 3 years
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.2.2) Time limit for receipt of tenders or requests to participate
Date
5 December 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
5 December 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) 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.
The Moray Council are an associate partner in the Supplier Development Programme http://www.sdpscotland.co.uk/home.aspx which provides a range of specialist business support activities including the provision of advice, information and training support including webinars with the aim of assisting businesses to become more capable of accessing and competing for public sector contracts.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 21550 . For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:712217)
six.4) Procedures for review
six.4.1) Review body
Elgin Sheriff Court
Sheriff Courthouse, High Street
Elgin
IV30 1BU
Telephone
+44 343542505
Country
United Kingdom