United Kingdom: Electronic Suited Key Lock System
Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.
Title | United Kingdom: Electronic Suited Key Lock System |
Scotland (Non OJEU) | WS/DEC402397 |
Type | Invitation to tender |
Date Published | 2020-12-17 |
Deadline | 2021-01-28 00:00:00 |
Nature Of Contract | Not specified |
Awarding Authority | |
Procedure |
Description : |
Contract Notice (below OJEU threshold) Section I: Contracting authority I.1) Name and addresses Renfrewshire Council Renfrewshire House, Cotton Street Paisley PA1 1JB UK Telephone: +44 3003000300 E-mail: brian.bradley@renfrewshire.gov.uk NUTS: UKM83 Internet address(es) Main address: http://www.renfrewshire.gov.uk Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00400 I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge at: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html Additional information can be obtained from the abovementioned address Tenders or requests to participate must be sent electronically to: https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html 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 Electronic Suited Key Lock System Reference number: RC-CPU-19-028 II.1.2) Main CPV code 44000000; II.1.3) Type of contract: Supplies II.1.4) Short description The Council wishes to instruct the installation of an electronic suited key lock system to improve key management and access to Council wide premises. The aim is to reduce the administrative burden in issuing keys and the inherent risk presented by lost keys. The system will involve the use of electronic smart keys that can be programmed via a cloud hosted solution to restrict premises access and improve premises security. It is envisaged that the implementation of this solution will involve the replacement of key barrels and padlocks currently in place on doors and roller shutters in various premises within the Council boundary. II.1.6) Information about lots This contract is divided into lots: No II.2) Description II.2.2) Additional CPV code(s) 44521120; II.2.3) Place of performance NUTS code: UKM83 II.2.4) Description of the procurement The Council wishes to instruct the installation of an electronic suited key lock system to improve key management and access to Council wide premises. The aim is to reduce the administrative burden in issuing keys and the inherent risk presented by lost keys. The system will involve the use of electronic smart keys that can be programmed via a cloud hosted solution to restrict premises access and improve premises security. It is envisaged that the implementation of this solution will involve the replacement of key barrels and padlocks currently in place on doors and roller shutters in various premises within the Council boundary. II.2.5) Award criteria Criteria below: Quality criterion: Quality / Weighting: 70% Price / Weighting: 30% II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 60 This contract is subject to renewal: No II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: Yes 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: 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 III.1.2) Economic and financial standing List and brief description of selection criteria: Please refer to these statements when completing section 4B of the ESPD (Scotland): Statement for 4B.1.1: Bidders will be required to have a minimum “general” yearly turnover of 60,000 GBP for the last 2 years. Statement for 4B.3: 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. Statement for 4B.5.1 and 4B.5.2: 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: http://www.hse.gov.uk/pubns/hse40.pdf Statement for 4B.6 Tenderers must evidence a good credit rating as well as meeting the turnover requirements shown above. Minimum level(s) of standards required: For 4B.5.1 and 4B.5.2: Employer’s (Compulsory) Liability Insurance = 5,000,000 GBP each and every claim Public and Products Liability Insurance = 5,000,000 GBP each and every claim (but in the aggregate for products) Professional Indemnity – minimum 100,000 GBP in the aggregate Statutory third party motor vehicle insurance – to be evidenced by way of a valid MV certificate in the company name http://www.hse.gov.uk/pubns/hse40.pdf For 4B.6: The Council will also require the economic operator to evidence, where possible, they have a Dun & Bradstreet (D&B) failure score of no less than 20. The Council recognises that many businesses have been directly affected by the Coronavirus pandemic and therefore may be unable to meet the D&B score. Where an economic operator wishes to be considered for selection under this contract, but cannot meet the D&B score, that economic operator must provide financial information which will satisfy the Council they have an equivalent level of economic and financial standing and must provide related guarantees or formal assurances to support their right to participate, and be considered, for any contract award. Please note that any financial information disclosed should evidence the financial strength of the economic operator tendering, therefore additional supporting information will need to be provided where joint or group accounts are provided in support of a bid to explain to the Council the relevance of that information. Where the economic bidder relies upon or intends to reply upon any Key Subcontractors in performance of the contract, then the Council reserves the right to assess the financial strength and suitability of the Key subcontractor as part of the qualification process. III.1.3) Technical and professional ability List and brief description of selection criteria: Please refer to the following statements when completing section 4C of the ESPD (Scotland): Statement for 4C.1.2 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 OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.6 Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: Statement for 4C.8.1 Bidders will be required to confirm their average annual manpower for the last three years. Statement for 4C.8.2 Bidders will be required to confirm their and the number of managerial staff for the last three years. Statement for 4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice or the relevant section of the Site Notice. Statement for 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. Statement for 4C.11 Bidders must confirm that they will provide samples, descriptions and/or photographs of the products to be supplied which do not require a certificate of authenticity: Please refer to these statements when completing Section 4D of the ESPD (Scotland): Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent) OR have a documented policy regarding quality management which must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation. Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (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 have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company’s responsibilities of health and safety management and compliance with legislation (NOTE - Organisations with fewer than five employees are not required by law to have a documented policy statement). Bidders will be required to confirm that they hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR have a regularly reviewed documented policy regarding environmental management authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder’s environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). Minimum level(s) of standards required: Part 4C.6 and Part 4C.6.1 Bidders must confirm that their staff deployed in the delivery of this contract will hold the appropriate qualifications. These are: Bidders will be required to confirm that they and/or the service provider have the following relevant educational and professional qualifications: - All staff involved in the installation phase are to be trained in asbestos awareness. Bidders unable to demonstrate compliance with the above statement will have their tender rejected III.2) Conditions related to the contract Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Open procedure IV.1.8) Information about 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: 28/01/2021 Local time: 12:00 IV.2.4) Languages in which tenders or requests to participate may be submitted EN IV.2.6) Minimum time frame during which the tenderer must maintain the tender Tender must be valid until: 25/06/2021 IV.2.7) Conditions for opening of tenders Date: 28/01/2021 Local time: 12:30 Place: Renfrewshire Council, Renfrewshire House, Cotton Street, Paisley. Information about authorised persons and opening procedure: Tenders will be opened in accordance with the Councils Standing Orders Section VI: Complementary information VI.1) Information about recurrence This is a recurrent procurement: No VI.2) Information about electronic workflows Electronic ordering will be used Electronic payment will be used VI.3) Additional information The Council will request the following documentation once all bids have been received: 1 Evidence of your company's insurance certificates detailing the required level of insurance's as per the levels stated within this Contract Notice and as detailed within the Invitation to Tender document uploaded within the general attachments area. 2 Tenderers are required to submit S3 Tender Compliance Certificate and S7 Declaration as part of their Tender. Both forms can be found within the Commercial Envelope of PCS-T. 3 A completed copy of the Supporting Documents uploaded within the general attachments area in Public Contract Scotland Tender Portal, please note that documents must be signed by an authorised signatory. The Supporting Documents include: Agreement to S1 Equalities Questionnaire Agreement to S2 Equalities Declaration Agreement to S3 Tender Compliance Certificate Agreement to S4 No Collusion Certificate Agreement to S5 Prompt Payment Certificate Agreement to S6 Details of Registered Waste Carriers Agreement to S8 Scorecard Agreement to S9 List of Proposed Sub-Contractors Agreement to Parent Company Guarantee 4 Any contract awarded as a result of this tender exercise will be subject to Scots Law and the exclusive jurisdiction of the Scottish Courts. The Council reserves the right to utilise the negotiated procedure without prior publication to award further contracts in relation to this Contract under Regulation 6(d)(ii) of the Procurement (Scotland) Regulations 2016. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 15983. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: As part of the response to the Quality Criteria, Tenderers are requested to provide details of the Community Benefits they will commit to as part of this contract. (SC Ref:621719) VI.4) Procedures for review VI.4.1) Review body See VI.4.3 below See VI.4.3 below UK VI.4.3) Review procedure Precise information on deadline(s) for review procedures: An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI 2105/446) (as amended) may bring proceedings in the Sheriff Court or Court of Session VI.5) Date of dispatch of this notice 17/12/2020 |
CPV Codes |
44000000;44521120 |
Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions. |
|