Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Fife Council
Fife House, North Street
Glenrothes
KY7 5LT
UK
Contact person: Billie Mitchell
Telephone: +44 3451550000
E-mail: billie.mitchell@fife.gov.uk
NUTS: UKM72
Internet address(es)
Main address: http://www.fife.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00187
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:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
Other: Hard FM
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Fire & Intruder Alarms, Door Access Maintenance and Repairs
Reference number: CW0300
II.1.2) Main CPV code
79993100
II.1.3) Type of contract
Services
II.1.4) Short description
Fife Council is looking to engage with potential suppliers for a Fire Alarm, Door Access and Intruder Repair and Maintenance Framework. This requirement is currently split into two Frameworks. Consideration is being given to one Framework with two Lots:
II.1.5) Estimated total value
Value excluding VAT:
3 500 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for maximum 2 lots
II.2) Description
Lot No: 1
II.2.1) Title
Non Domestic - Service, Repairs & Maintenance to Fire Alarms, Intruder Alarms & Door Access
II.2.2) Additional CPV code(s)
31625200
50413200
II.2.3) Place of performance
NUTS code:
UKM72
II.2.4) Description of the procurement
Fife Council is seeking a qualified Contractor to provide maintenance and repair services for Fire Alarm systems installed across its buildings. The Contractor must ensure that all systems are kept in a safe, reliable, efficient, and satisfactory operating condition. This is essential to safeguard building users and to ensure the Council meets its obligations under Health and Safety legislation.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
12/02/2026
End:
11/02/2028
This contract is subject to renewal: Yes
Description of renewals:
OPTIONAL EXTENSION UP TO TWO YEARS
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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
Lot No: 2
II.2.1) Title
Domestic - Service, Repairs & Maintenance of Fire Alarms, Intruder Alarms, Door Access and Warden Call
II.2.2) Additional CPV code(s)
42961100
31625300
45312200
II.2.3) Place of performance
NUTS code:
UKM72
II.2.4) Description of the procurement
The Contractor will be responsible for maintaining all Intruder Alarms, Door Entry Systems, Remote Alarm Monitoring systems and Warden Call on Domestic buildings. These systems must also be maintained in a safe, reliable, and satisfactory condition to support the Council’s compliance with relevant Health and Safety requirements.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
12/02/2026
End:
11/02/2028
This contract is subject to renewal: Yes
Description of renewals:
OPTIONAL EXTENSION OF UP TO 2 YEARS
II.2.9) Information about the limits on the number of candidates to be invited
Envisaged minimum number: 5
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:
Please see SPD Guidance document
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Restricted procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 3
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 000-037371
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
06/10/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
06/11/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
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 invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=809343.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
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 included in Stage 2 Quality Criteria
(SC Ref:809343)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=809343
VI.4) Procedures for review
VI.4.1) Review body
Sheriff Court
Kirkcaldy
UK
VI.5) Date of dispatch of this notice
04/09/2025