Construction Tenders

Wed May 01 2024

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 18th Apr 2024

Tender Details
Referenceocds-h6vhtk-045366
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value-
« Previous Page

No location provided

Category Services

Type

No. of Lots 3

Status Active

Published 18th Apr 2024

Tender Details
Referenceocds-h6vhtk-045366
Common Procurement VocabularyRepair and maintenance services
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

North Ayrshire Council

Cunninghame House, Friars Croft

Irvine

KA12 8EE

Email

Andrewkerr [at] north-ayrshire.gov.uk

Country

United Kingdom

NUTS code

UKM93 - East Ayrshire and North Ayrshire mainland

Internet address(es)

Main address

http://www.north-ayrshire.gov.uk

Buyer's address

http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00337

I.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

I.4) Type of the contracting authority

Regional or local authority

I.5) Main activity

General public services


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Security Systems & CCTV Maintenance & Repairs

Reference number

NAC-5152

II.1.2) Main CPV code

  • 50000000 - Repair and maintenance services

II.1.3) Type of contract

Services

II.1.4) Short description

North Ayrshire Council requires a replacement contract(s) for the maintenance, monitoring & repair of security systems and the planned inspection, servicing, testing and certification of CCTV systems in various NAC properties including schools, libraries, sheltered housing etc.

The contract term(s) will be for 3 years with an option to extend up to 24 months utilising the SBCC model form contract for the Measured Term Contract (MTC/Scot) 2019 terms and conditions of contract.

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

II.2.1) Title

Lot 2 - CCTV in Non-Domestic Properties

Lot No

2

II.2.2) Additional CPV code(s)

  • 35120000 - Surveillance and security systems and devices
  • 35121000 - Security equipment
  • 35125000 - Surveillance system

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Lot 2 – CCTV in Non-Domestic Properties

Planned inspection, servicing, Testing and Certification of CCTV systems

Reactive and emergency repairs

Defect reporting and costing

Replacement of defective equipment

Guidance on statutory compliance

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Contract will likely go to tender for renewal once completed.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 3 – Fire Alarms & Emergency Lighting, Door Access and disabled refuge within SHU’s & Supported Living Units

Lot No

3

II.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31518200 - Emergency lighting equipment
  • 50413200 - Repair and maintenance services of firefighting equipment

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Fire Alarms & Emergency Lighting, Door Access and disabled refuge within SHU’s & Supported Living Units

Planned inspection, servicing, Testing and Certification of fire alarms and emergency lighting and access control systems

Monitoring of alarm systems via an approved ARC

Reactive and emergency repairs

Defect reporting and costing

Replacement of defective equipment

Guidance on statutory compliance

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Contract will likely go to tender for renewal once completed.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2) Description

II.2.1) Title

Lot 1 - Security in Non-Domestic Properties

Lot No

1

II.2.2) Additional CPV code(s)

  • 31625000 - Burglar and fire alarms
  • 31625300 - Burglar-alarm systems
  • 31518200 - Emergency lighting equipment
  • 31625100 - Fire-detection systems
  • 79711000 - Alarm-monitoring services
  • 35121700 - Alarm systems

II.2.3) Place of performance

NUTS codes
  • UKM93 - East Ayrshire and North Ayrshire mainland

II.2.4) Description of the procurement

Security Systems in Non-Domestic Properties – Planned inspection, servicing, Testing and Certification of fire alarms and emergency lighting, intruder alarms, controlled access, disabled refuge, nurse call and panic alarms.

Monitoring of alarm systems via an approved ARC

Reactive and emergency repairs

Defect reporting and costing

Replacement of defective equipment

Guidance on statutory compliance

II.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40

Price - Weighting: 60

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

Yes

Description of renewals

Contract will likely go to tender for renewal once completed.

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section III. Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions

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.

Bidders must confirm if they hold the particular authorisation or memberships

NSI Gold Accreditation for Lots 1 & 3 and NSI Silver Accreditation for Lot 2.

III.1.2) Economic and financial standing

List and brief description of selection criteria

For Lot 1 - Bidders will be required to have a minimum yearly “specific” turnover of (490,000)GBP for the last 3 years in the business area covered by the contract.

For Lot 2 - Bidders will be required to have a minimum yearly “specific” turnover of (120,000)GBP for the last 3 years in the business area covered by the contract.

For Lot 3 - Bidders will be required to have a minimum yearly “specific” turnover of (90,000)GBP for the last 3 years in the business area covered by the contract.

If applying for all lots bidders will be required to have a minimum yearly “specific” turnover of (700,000)GBP for the last 3 years in the business area covered by the contract.

North Ayrshire Council reserve the right to review the bidder's financial information using company watch financial analytics at tender stage and throughout the life of the contract. If the bidder’s financial health score (H-Score) is 25 or less further information/clarifications will be requested to ensure the equivalent economic and financial standing is adhered too. If this information or the clarifications are not satisfactory, the bidder will be excluded from the tender process.

Bidders who cannot meet the required level of turnover will be excluded from this tender.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

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 = [10,000,000]GBP in respect of any one event

http://www.hse.gov.uk/pubns/hse40.pdf

Public Liability Insurance [10,000,000]GBP in respect of any one event

Product Liability Insurance [5,000,000]GBP in the aggregate

Third-Party Motor Vehicle Insurance

A valid motor vehicle certificate must be held in the company name or (where there is no fleet but rather the company permits its employees to use their personal vehicles for business purposes), a letter signed by a person of appropriate authority - confirming that the company has ongoing arrangements in place to ensure their employees' vehicles are appropriately insured and maintained.

III.1.3) Technical and professional ability

List and brief description of selection criteria

Bidders are required to provide 2 examples of services carried out in the past 3 years that demonstrates they have the relevant experience to deliver the services described in the Contract Notice. The services must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process. The minimum project value NAC will accept as an example is GBP 150,000 for Lot 1 and GBP 50,000 for Lots 2 and 3.

Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References should be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.

Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.

Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:

a) their standard payment terms.

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.

Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.

Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) - Subcontractors Supplier Response is completed and uploaded at question 2D.1.2 of the qualification envelope.


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date

20 May 2024

Local time

12:00pm

IV.2.4) Languages in which tenders or requests to participate may be submitted

English

IV.2.7) Conditions for opening of tenders

Date

20 May 2024

Local time

12:00pm


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Contract will likely go to tender for renewal once completed in 2029.

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Quality Management Procedures

1. 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 a documented policy regarding quality management, see attachment at SPD question 4D.1.

Health and Safety Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.

Environmental Management Procedures

1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.

Bidders 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.

Bidders bidders must have NSI Gold Accreditation for Lots 1 & 3 and NSI Silver Accreditation for Lot 2.

Bidders must confirm all operational and supervisory staff that will be directly assigned to the contract have certified asbestos training as detailed in Regulation 10 of the Control of Asbestos Regulations 2012. Please upload the certification in the general attachments area of the technical envelope. Failure to provide the relevant evidence of Asbestos Awareness training will lead to exclusion from the tender process.

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

Community benefits will be required on a mandatory / voluntary basis for:

- Employment

- Employability & Skills

- SMEs

- TSOs

- Education

- Community Wish List (http://northayrshire.community/community-benefits-wishlist- application-form/)

(SC Ref:763355)

VI.4) Procedures for review

VI.4.1) Review body

Kilmarnock Sheriff Court

Sheriff Court House, St Marnock Street

Kilmarnock

KA1 1ED

Telephone

+44 1563550024

Country

United Kingdom

Internet address

https://www.scotcourts.gov.uk/