Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
East Renfrewshire Council
Eastwood HQ, Eastwood Park,
Giffnock
G46 6UG
UK
Contact person: May Harvey-Welsh
Telephone: +44 1415773669
E-mail: may.harvey-welsh@eastrenfrewshire.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.eastrenfrewshire.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00183
I.2) Joint procurement
The contract is awarded by a central purchasing body
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
Supply, Installation, Inspection, Development & Maintenance of ERC CCTV Estate
Reference number: ERC000255
II.1.2) Main CPV code
35125300
II.1.3) Type of contract
Supplies
II.1.4) Short description
Supply, Installation, Inspection, Development & Maintenance of ERC CCTV Estate
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Lowest offer:
36 743.62
GBP/ Highest offer:
94 529.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
35125300
35121000
35120000
II.2.3) Place of performance
NUTS code:
UKM83
Main site or place of performance:
Esat Renfrewshire
II.2.4) Description of the procurement
East Renfrewshire Council is inviting tenders, from suitably qualified companies for the provision of Supply Installation & Maintenance and repairs, including provision of replacement parts for public space cameras and associated wire free networks; the CCTV equipment within the Councils Response Centre; CCTV systems at Council properties.
Implementation of property CCTV upgrade project.
II.2.5) Award criteria
Quality criterion: Development Methodology
/ Weighting: 30
Quality criterion: Information Security
/ Weighting: 20
Quality criterion: Replacement Control Platform
/ Weighting: 15
Quality criterion: Fixed Cameras/Property Systems & Experience
/ Weighting: 10
Quality criterion: Community Benefits
/ Weighting: 10
Quality criterion: Fair Work Practices & Living Wage
/ Weighting: 5
Quality criterion: Sustainability & Recycling of Waste/Recovery Materials
/ Weighting: 5
Quality criterion: Service Level Agreement
/ Weighting: 5
Price
/ Weighting:
30
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.2.14) Additional information
Economic Operators may be excluded from this competition if they are in any of the situations referred to in regulations 8 & 9 of the Procurement (Scotland) Regulations 2016
Quality weighting above are sub weighting and the overall weighting for quality is 70%.
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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2023/S 000-023435
Section V: Award of contract
Contract No: ERC000255
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
12/02/2024
V.2.2) Information about tenders
Number of tenders received: 4
Number of tenders received from SMEs: 4
Number of tenders received from tenderers from 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
V.2.3) Name and address of the contractor
King Communications and Security Ltd
Unit G, Dundyvan Enterprise Park, 10 Dundyvan Way
Coatbridge
ML5 4FR
UK
NUTS: UKM82
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
Lowest offer:
36 743.29
GBP
/ Highest offer:
94 529.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
Bidders are asked to note that the council will not consider Hikvision cameras due to national security concerns.
Employer’s (Compulsory) Liability Insurance = 5 million GBP
Public Liability Insurance 5 million GBP
Prompt Payment-The successful tenderer shall, as a condition of being awarded the contract, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these services are paid timeously and that as a minimum invoices rendered by subcontractors shall(unless formally disputed by the tenderer)be paid within 30 days
of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors, if any.
The Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Failure to supply the information within timeframe requested may result in your bid being rejected & the Council proceeding with the procurement exercise to the next appropriate bidder. Additional information pertaining to this contract notice is contained within the Tender documents. Applicants must ensure they read in line with this contract notice
(SC Ref:759371)
VI.4) Procedures for review
VI.4.1) Review body
Paisley Sheriff Court and Justice of the Peace Court
Paisley
PA3 2HW
UK
E-mail: paisley@scotcourts.gov.uk
VI.5) Date of dispatch of this notice
29/02/2024