← Back to opportunities

Maintenance of Honeywell Gent Fire Alarm Installations in South Lanarkshire Council Properties

South Lanarkshire Council

Buyer Contact Info

Buyer Name: South Lanarkshire Council

Buyer Address: 12th Floor, Hamilton, UKM95, ML3 0AA, United Kingdom

Contact Name: Steven McMichael

Contact Email: steven.mcmichael@southlanarkshire.gov.uk

Status
active
Procedure
open
Value
1750000.0 GBP
Published
18 Dec 2025, 13:17
Deadline
23 Jan 2026, 12:00
Contract Start
n/a
Contract End
n/a
Category
services
CPV
79711000 - Alarm-monitoring services
Region
n/a
Awarded To
n/a
Official Source
Open Find a Tender

Description

The Council requires a Honeywell Gent Approved Partner who can provide the following service requirements across approximately 100 properties; -24/7 coverage 365 days per year (including emergency call out response) -Two service visits per year to each property - All Callouts and associated Labour including any parts required to make good faulty equipment -Ongoing maintenance requirements to fully uphold the installations listed including fitting any new Gent parts -Ongoing Alarm Monitoring -System Takeover (inclusive of any alarm programme changes) -Upgrade Installations.

Linked Documents

No linked documents found for this notice.

Opportunity Context

Lots

Lot Description: This contract will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria under regulation 28 of the Public Contracts (Scotland) Regulations 2015 which enables the Council to take account of criteria that reflect qualitative technical aspects of the tender submission as well as price when reaching an awarding decision. The Council has adopted a sequential opening process for any tender exercise conducted per the following stages: As part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements. As part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the contract including Fair Work First and Community Benefits. As part of Stage 3 the bidders will then be required to complete a Commercial response based on services required. As part of the tender evaluation process the Council will then request evidence from the recommended bidders prior to being appointed. The form of contract will be The form of contract will be the Measured Term Contract (MTC/Scot) 2011 Edition). The is anticipated that the contract term will be for 3 years with an optional extension of up to 36 months.

Lot 1 Status: active

Lot 1 Has Options: No

Lot 1 Value: GBP 1,750,000

Lot 1 Award Criterion (quality): Technical

Raw Notice JSON

Expand raw payload
{
  "buyer": {
    "id": "GB-FTS-135282",
    "name": "South Lanarkshire Council"
  },
  "date": "2025-12-18T13:17:28Z",
  "description": "It is a requirement of this tender that the bidder recommended for award completes and submits, when requested to by the Council, the Serious and Organised Crime \u2013 Information Sharing Protocol form for evaluation prior to any award being made.\nDeclarations and Certificates\nIn an open tendering procedure prior to any award being made the successful bidder will provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Envelope.\nAll certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.\nSPD Question 2D.1 - Prompt Payment Certificate\nSPD Question 3A.6 - Modern Slavery Act 2015 Declaration\nSPD Questions 3A.1 to 3A.8 - Serious and Organised Crime Declaration\nSPD Questions 3A1 to 3A.8 - Serious and Organised Crime \u2013 Information Sharing Protocol with Police Scotland Form\nSPD Question 3C.1 - Blacklisting in the Construction Industry Declaration\nSPD Question 3D.11 - Non-Collusion Certificate\nSPD Question 4B.5.1 -Insurance Certificates\n- Employer\u2019s Liability - 10000000 GBP\n- Public Liability - 50000000 GBP\nThe buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29589. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343\nA sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363\nCommunity benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/\nA summary of the expected community benefits has been provided as follows:\nA summary of the expected community benefits are as detailed within the tender documents and must meet a minimum of 100 Community Benefits Points.\n(SC Ref:817552)",
  "id": "084377-2025",
  "initiationType": "tender",
  "language": "en",
  "links": [
    {
      "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000788079",
      "rel": "canonical"
    }
  ],
  "ocid": "ocds-h6vhtk-04d3e2",
  "parties": [
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Hamilton",
        "postalCode": "ML3 0AA",
        "region": "UKM95",
        "streetAddress": "12th Floor"
      },
      "contactPoint": {
        "email": "steven.mcmichael@southlanarkshire.gov.uk",
        "name": "Steven McMichael",
        "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
      },
      "details": {
        "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410",
        "classifications": [
          {
            "description": "Regional or local authority",
            "id": "REGIONAL_AUTHORITY",
            "scheme": "TED_CA_TYPE"
          },
          {
            "description": "General public services",
            "id": "01",
            "scheme": "COFOG"
          }
        ],
        "url": "http://www.southlanarkshire.gov.uk"
      },
      "id": "GB-FTS-135282",
      "identifier": {
        "legalName": "South Lanarkshire Council"
      },
      "name": "South Lanarkshire Council",
      "roles": [
        "buyer",
        "centralPurchasingBody"
      ]
    },
    {
      "address": {
        "countryName": "United Kingdom",
        "locality": "Hamilton",
        "postalCode": "ML3 0BT",
        "streetAddress": "Sheriff Court House, 4 Beckford Street"
      },
      "contactPoint": {
        "email": "hamiltoncivil@scotcourts.gov.uk",
        "telephone": "+44 1698282957"
      },
      "id": "GB-FTS-4311",
      "identifier": {
        "legalName": "Hamilton Sheriff Court"
      },
      "name": "Hamilton Sheriff Court",
      "roles": [
        "reviewBody"
      ]
    }
  ],
  "tag": [
    "tender"
  ],
  "tender": {
    "awardPeriod": {
      "startDate": "2026-01-23T12:00:00Z"
    },
    "bidOpening": {
      "date": "2026-01-23T12:00:00Z"
    },
    "classification": {
      "description": "Alarm-monitoring services",
      "id": "79711000",
      "scheme": "CPV"
    },
    "contractTerms": {
      "electronicInvoicingPolicy": "allowed",
      "hasElectronicOrdering": true,
      "hasElectronicPayment": true
    },
    "coveredBy": [
      "GPA"
    ],
    "description": "The Council requires a Honeywell Gent Approved Partner who can provide the following service requirements across approximately 100 properties;\n-24/7 coverage 365 days per year (including emergency call out response)\n-Two service visits per year to each property\n- All Callouts and associated Labour including any parts required to make good faulty equipment\n-Ongoing maintenance requirements to fully uphold the installations listed including fitting any new Gent parts\n-Ongoing Alarm Monitoring\n-System Takeover (inclusive of any alarm programme changes)\n-Upgrade Installations.",
    "hasRecurrence": true,
    "id": "SLC/HT/24/083",
    "items": [
      {
        "additionalClassifications": [
          {
            "description": "Alarm-monitoring services",
            "id": "79711000",
            "scheme": "CPV"
          }
        ],
        "deliveryAddresses": [
          {
            "region": "UKM95"
          }
        ],
        "id": "1",
        "relatedLot": "1"
      }
    ],
    "legalBasis": {
      "id": "32014L0024",
      "scheme": "CELEX"
    },
    "lots": [
      {
        "awardCriteria": {
          "criteria": [
            {
              "description": "40",
              "name": "Technical",
              "type": "quality"
            },
            {
              "description": "60",
              "type": "price"
            }
          ]
        },
        "contractPeriod": {
          "durationInDays": 1080
        },
        "description": "This contract will be awarded via the Open Tender procedure based on the most economically advantageous tender (MEAT) criteria under regulation 28 of the Public Contracts (Scotland) Regulations 2015 which enables the Council to take account of criteria that reflect qualitative technical aspects of the tender submission as well as price when reaching an awarding decision.\nThe Council has adopted a sequential opening process for any tender exercise conducted per the following stages:\nAs part of Stage 1 the bidders will be required to complete a Single Procurement Document (SPD) as part of the Qualification envelope self-declaring that they meet the criteria requirements.\nAs part of Stage 2 the bidders will then be required to complete a Technical response based on Technical Specific questions related to the contract including Fair Work First and Community Benefits.\nAs part of Stage 3 the bidders will then be required to complete a Commercial response based on services required.\nAs part of the tender evaluation process the Council will then request evidence from the recommended bidders prior to being appointed.\nThe form of contract will be The form of contract will be the Measured Term Contract (MTC/Scot) 2011 Edition).\nThe is anticipated that the contract term will be for 3 years with an optional extension of up to 36 months.",
        "hasOptions": false,
        "hasRenewal": true,
        "id": "1",
        "renewal": {
          "description": "The Council have the option to extend for up to 24 months."
        },
        "status": "active",
        "submissionTerms": {
          "electronicCataloguePolicy": "required",
          "variantPolicy": "notAllowed"
        },
        "value": {
          "amount": 1750000,
          "currency": "GBP"
        }
      }
    ],
    "mainProcurementCategory": "services",
    "procurementMethod": "open",
    "procurementMethodDetails": "Open procedure",
    "recurrence": {
      "description": "Renewal of the Contract will commence prior to the conclusion of this Contract.\nIf the Council do not take up the extension option, renewal will commence 2028. If the extension option is exercised, renewal will commence 2030."
    },
    "reviewDetails": "Court of Session\nParliament House\nParliament Square\nEdinburgh\nEH1 1RQ\n+44 1312252595\nsupreme.courts@scotcourts.gov.uk",
    "selectionCriteria": {
      "criteria": [
        {
          "appliesTo": [
            "supplier"
          ],
          "description": "SPD Question 2.C.1 Reliance on the capacities of other entities\nBidders are required to complete a full SPD for each of the entities whose capacity they rely upon.\nSPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely\nBidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria.\nEconomic 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.\nSPD Questions 3A \u2013 3C have been identified as mandatory exclusion grounds and SPD Questions 3D have been identified as discretionary exclusion grounds. All the exclusion grounds will be assessed on a PASS/FAIL basis. For the mandatory exclusion grounds a bid will be excluded where the bidder fails to provide either a positive response or to provide details to the satisfaction of the Council of the self cleansing measures undertaken. For the discretionary exclusion grounds a bid may be excluded where the bidder fails to provide either a positive response or if the Council is not satisfied as to the self cleansing measures undertaken.\nSPD Question 4A.1 Trade Registers\nIt is a requirement of this tender that if the bidder is UK based they must hold a valid registration with Companies House. Where the bidder is UK based but not registered at Companies House they must be able to verify to the Councils satisfaction that they are trading from the address provided in the tender and under the company name given.\nIf the bidder is based out-with the UK they must be enrolled in the relevant professional or trade register appropriate to their country as described in Schedule 5 of the Public Contracts (Scotland) Regulations 2015.",
          "type": "suitability"
        },
        {
          "minimum": "SPD Question 4B.4 Economic and Financial Standing\nThe Council will use the following ratios to evaluate a bidders financial status:\n- Profitability \u2013 this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;\n- Liquidity \u2013 this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to one then it is a pass for this ratio.\n- Gearing \u2013 this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.\nBidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.\nThe Council requires bidders to pass 2 out of the 3 financial ratios above.\nWhere 2 out of the 3 ratios cannot be met, the Council may take the undernoted into consideration when assessing financial viability and the risk to the Council, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria when requested to do so. The following list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:\n- Would the bidder have passed the checks if prior year accounts had been used?\n- Were any of the poor appraisal outcomes \"marginal\"?\n- Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?\n- Does the bidder have sufficient reserves to sustain losses for a number of years?\n- Does the bidder have a healthy cashflow?\n- Is the bidder profitable enough to finance the interest on its debt?\n- Is most of the bidder\u0027s debt owed to group companies?\n- Is the bidder\u0027s debt due to be repaid over a number of years, and affordable?\n- Have the bidder\u0027s results been adversely affected by \"one off costs\" and / or \"one off accounting treatments\"?\n- Do the bidder\u0027s auditors (where applicable) consider it to be a \"going concern\"?\n- Will the bidder provide a Parent Company Guarantee?\n- Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?\n- The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.\nSPD Question 4B.5 Insurance\nThe bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:\n- Employer\u2019s Liability Insurance covering the death of or bodily injuries to employees of the bidder arising out of and in the course of their employment in connection with this contract to the level of 10000000 GBP in respect of each claim, without limit to the number of claims.\n- Public Liability Insurance covering the death of or bodily injury to a person (not an employee of the bidder) or loss of or damage to property resulting from an action or failure to take action by the bidder to the level of 5000000 GBP in respect of each claim, without limit to the number of claims."
        }
      ]
    },
    "status": "active",
    "submissionMethod": [
      "electronicSubmission"
    ],
    "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
    "submissionTerms": {
      "bidValidityPeriod": {
        "durationInDays": 180
      },
      "languages": [
        "en"
      ]
    },
    "tenderPeriod": {
      "endDate": "2026-01-23T12:00:00Z"
    },
    "title": "Maintenance of Honeywell Gent Fire Alarm Installations in South Lanarkshire Council Properties",
    "value": {
      "amount": 1750000,
      "currency": "GBP"
    }
  }
}