Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 19 December 2025
  • Last modified: 19 December 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
Published by:
South Lanarkshire Council
Authority ID:
AA20218
Publication date:
19 December 2025
Deadline date:
23 January 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

South Lanarkshire Council

12th Floor

Hamilton

ML3 0AA

UK

Contact person: Steven McMichael

E-mail: steven.mcmichael@southlanarkshire.gov.uk

NUTS: UKM95

Internet address(es)

Main address: http://www.southlanarkshire.gov.uk

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00410

I.2) Joint procurement

The contract is awarded by a central purchasing body

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 abovementioned address


Tenders or requests to participate must be sent electronically to:

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

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

Reference number: SLC/HT/24/083

II.1.2) Main CPV code

79711000

 

II.1.3) Type of contract

Services

II.1.4) Short 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.

II.1.5) Estimated total value

Value excluding VAT: 1 750 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79711000

II.2.3) Place of performance

NUTS code:

UKM95

II.2.4) Description of the procurement

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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 40

Price / Weighting:  60

II.2.6) Estimated value

Value excluding VAT: 1 750 000.00  GBP

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:

The Council have the option to extend for up to 24 months.

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: No

II.2.11) Information about options

Options: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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:

SPD Question 2.C.1 Reliance on the capacities of other entities

Bidders are required to complete a full SPD for each of the entities whose capacity they rely upon.

SPD Question 2.D.1 Subcontractors on whose capacity the bidder does not rely

Bidders are required to complete a shortened version of the SPD for each Subcontractor on whose capacity the bidder does not rely on Exclusion Criteria.

Economic 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.

SPD Questions 3A – 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.

SPD Question 4A.1 Trade Registers

It 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.

If 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.

III.1.2) Economic and financial standing

Minimum level(s) of standards required:

SPD Question 4B.4 Economic and Financial Standing

The Council will use the following ratios to evaluate a bidders financial status:

- Profitability – 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;

- Liquidity – 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.

- Gearing – 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.

Bidders must provide the name and value of each of the 3 ratios within their response to SPD question 4B.4.

The Council requires bidders to pass 2 out of the 3 financial ratios above.

Where 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:

- Would the bidder have passed the checks if prior year accounts had been used?

- Were any of the poor appraisal outcomes "marginal"?

- Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?

- Does the bidder have sufficient reserves to sustain losses for a number of years?

- Does the bidder have a healthy cashflow?

- Is the bidder profitable enough to finance the interest on its debt?

- Is most of the bidder's debt owed to group companies?

- Is the bidder's debt due to be repaid over a number of years, and affordable?

- Have the bidder's results been adversely affected by "one off costs" and / or "one off accounting treatments"?

- Do the bidder's auditors (where applicable) consider it to be a "going concern"?

- Will the bidder provide a Parent Company Guarantee?

- Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?

- The Council will request submission of and assess the bidders financial accounts, and may use financial verification systems to validate the information provided.

SPD Question 4B.5 Insurance

The bidder must confirm that they have or will commit to obtain prior to the commencement of the contract, the following levels of Insurance Cover:

- Employer’s 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.

- 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.

III.1.3) Technical and professional ability

Minimum level(s) of standards required:

SPD Question 4C.1.2 Technical and Professional Ability

With reference to the nature and details of the services that are the subject matter of this tender, relevant examples are to be provided of the services undertaken by the bidder in the last 3 years.

Bidders must demonstrate that they are a Honeywell Gent Approved System Integrator.

SPD Question 4C.10 Subcontracting

Bidders are required to provide details of the proportion (i.e percentage) of the contract that they intend to subcontract.

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2025/S 000-001572

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

Date: 23/01/2026

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

Duration in months: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 23/01/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

Renewal of the Contract will commence prior to the conclusion of this Contract.

If the Council do not take up the extension option, renewal will commence 2028. If the extension option is exercised, renewal will commence 2030.

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

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 – Information Sharing Protocol form for evaluation prior to any award being made.

Declarations and Certificates

In 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.

All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.

SPD Question 2D.1 - Prompt Payment Certificate

SPD Question 3A.6 - Modern Slavery Act 2015 Declaration

SPD Questions 3A.1 to 3A.8 - Serious and Organised Crime Declaration

SPD Questions 3A1 to 3A.8 - Serious and Organised Crime – Information Sharing Protocol with Police Scotland Form

SPD Question 3C.1 - Blacklisting in the Construction Industry Declaration

SPD Question 3D.11 - Non-Collusion Certificate

SPD Question 4B.5.1 -Insurance Certificates

- Employer’s Liability - 10000000 GBP

- Public Liability - 50000000 GBP

The 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

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:

A summary of the expected community benefits are as detailed within the tender documents and must meet a minimum of 100 Community Benefits Points.

(SC Ref:817552)

VI.4) Procedures for review

VI.4.1) Review body

Hamilton Sheriff Court

Sheriff Court House, 4 Beckford Street

Hamilton

ML3 0BT

UK

Telephone: +44 1698282957

E-mail: hamiltoncivil@scotcourts.gov.uk

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

Court of Session

Parliament House

Parliament Square

Edinburgh

EH1 1RQ

+44 1312252595

supreme.courts@scotcourts.gov.uk

VI.5) Date of dispatch of this notice

18/12/2025

Coding

Commodity categories

ID Title Parent category
79711000 Alarm-monitoring services Security services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
steven.mcmichael@southlanarkshire.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.