Fire Safety Products Supply and Delivery – Scotland Excel Framework
Purchase and delivery of fire safety products including fire extinguishers, fire blankets, and associated products. 2 Lots.
Supply, Delivery, Maintenance, and Servicing of Fire Safety Products
United Kingdom-Paisley: Firefighting equipment
2018/S 013-025828
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
United Kingdom
Telephone: +44 3003001200
E-mail: oss@scotland-excel.org.uk
Fax: +44 1416187423
NUTS code: UKM83Internet address(es):Main address: http://www.scotland-excel.org.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383
I.2)Joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Supply, Delivery, Maintenance, and Servicing of Fire Safety Products
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
This framework agreement will provide a mechanism for the purchase and delivery of fire safety products including fire extinguishers, fire blankets, and associated products, as well as a range of services which will ensure that relevant fire safety equipment and products are suitably maintained.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Service, Repair, and Maintenance of Fire Safety Systems
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Scotland.
II.2.4)Description of the procurement:
This framework agreement is intended to set up an arrangement for the procurement (by the contracting authorities entitled to purchase under the proposed framework agreement) of the servicing, repair, and maintenance of fire safety systems such as fire hydrants, wet risers, dry risers and sprinkler systems.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will run for an initial 24 month period, with an option to extend for up to a further two 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
See II.2.7.
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1)Title:
Fire Safety Equipment including Signage
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Scotland.
II.2.4)Description of the procurement:
This framework agreement is intended to set up an arrangement for the procurement (by the contracting authorities to entitled to purchase under the proposed framework agreement) of the supply and delivery of fire extinguishers, fire blankets, hoses, fire reels and associated products.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will run for an initial 24 month period, with an option to extend for up to a further two 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
See II 2.7.
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
Please see the Invitation to Tender contained on the PCS-Tender project relevant to this procurement and the other Procurement Documents for further information.
II.2.1)Title:
Service, Repair, and Maintenance of Fire Safety Products
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Throughout Scotland.
II.2.4)Description of the procurement:
This framework agreement is intended to set up an arrangement for the procurement (by the contracting authorities entitled to purchase under the proposed framework agreement) of the servicing, repair, and maintenance of fire safety products such as fire extinguishers and fire blankets.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will run for an initial 24 month period, with an option to extend for up to a further two 12 month periods.
II.2.10)Information about variants
II.2.11)Information about options
See II.2.7.
II.2.13)Information about European Union funds
II.2.14)Additional information
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.
Section III: Legal, economic, financial and technical information
III.1.2)Economic and financial standing
— ESPD (Scotland) Question 4B.5: Insurance requirements.
— ESPD (Scotland) Question 4B.6: Other economic and financial requirements.
In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.
ESPD (Scotland) Question 4B.5.
It is a requirement of the contracts to be procured under the proposed framework agreement that bidders hold, or can commit to obtaining prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
— ESPD (Scotland) Question 4B.5.1:
Employer’s (Compulsory) Liability Insurance = GBP 10 million (minimum indemnity limit of GBP 10 million in respect of each and every claim).
— ESPD (Scotland) Question 4B.5.2:
— — Public Liability Insurance = GBP 10 million (minimum indemnity limit of GBP 10 million in respect of each and every claim).
— — Product Liability Insurance = GBP 10 million (minimum indemnity limit of GBP 10 million in the aggregate).
— — Third Party Motor Vehicle Insurance = statutory third-party motor vehicle liability insurance to a minimum indemnity limit of GBP 5 million for property damage and unlimited for Third Party Injury (in each and every occurrence).
For bidders who will sub-contract part of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has ongoing arrangements in place to ensure that sub-contractor vehicles are appropriately insured and maintained.
ESPD (Scotland) Question 4B 6: Other economic and financial requirements.
The bidder is to confirm that a search of the bidder against Equifax’s Protect will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does/would not present an unmanageable risk should it be appointed on to the proposed framework agreement.
III.1.3)Technical and professional ability
Minimum levels of standards possibly required:
— ESPD (Scotland) Question 4C.10: Subcontracting,
— ESPD (Scotland) Question 4D.1: Quality Management Procedures,
— ESPD (Scotland) Question 4D.1: Health and Safety Procedures (),
— ESPD (Scotland) Question 4D.2: Environmental Management Systems or Standards, and,
— in accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.
1) ESPD (Scotland) Question 4C.10: Subcontracting:
— Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement.
2) ESPD (Scotland) Question 4D.1: Quality Management Procedures.
— the bidder must have the following:
— the bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent),
Or,
— a documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has and continues to implement a quality management policy that is authorized 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 organization.
3) ESPD (Scotland) Question 4D.1: Health and Safety Procedures:
The bidder must have the following:
— the bidder must 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 the registered membership of the Safety Schemes in Procurement (SSIP) forum, or,
4) ESPD (Scotland) Question 4D.l: Health and Safety Procedures:
— 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 organization. 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. (Not applicable to organizations with fewer than 5 employees).
— documented arrangements for providing the bidder’s workforce with training and information appropriate to the type of work of which the organization is likely to bid. This must provide evidence that the bidder has in place and implements, training arrangements to ensure that its workforce has sufficient skills and understanding to discharge the various duties. This will provide details of staff health and safety training arrangements and how relevant information is communicated to staff. This must also include a description of arrangements for keeping the workforce updated on legislation and good H&S practice applicable throughout the organization.
5) ESPD (Scotland) Question 4D.2: Environmental Management Systems or Standards:
The bidder must have the following:
— the Bidder must 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,
— a regularly reviewed documented policy regarding environmental management, authorized 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).
III.2.2)Contract performance conditions:
For full details of the conditions relevant to the proposed Framework Agreement, and contracts to be called-off thereunder (to the extent known or settled at this stage), please see the procurement documents (details of how to access these being set out in section “I.3) Communication” of this Contract Notice).
Scotland Excel will require the members of any tendering group of entities (including, but not limited to, consortium members, members of a group of economic operators and/or sub-contractors) to be jointly and severally liable for the performance of the contract (no matter the legal form taken by those entities in order to enter into the contract).
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
Please note that whilst an e-auction will not be used in the procurement process to award places onto this proposed framework agreement, tenderers should be aware that the contracting authorities permitted to call-off contracts under this proposed framework agreement may do so via an e-auction.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Scotland Excel, Renfrewshire House, Cotton Street, Paisley, PA1 1AR.
Scotland Excel Officers and Members.
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
Scotland Excel is a central purchasing body and may procure this framework on behalf of the following contracting authorities (and successor bodies):
— the 32 local authorities in Scotland listed at http://www.scotland-excel.org.uk/home/aboutus/Ourmembers/Local-authorities.aspx,
— Scotland Excel associate members listed at http://www.scotland-excel.org.uk/home/Aboutus/Ourmembers/Associate-members.aspx,
— Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organizations across the higher and further education sector in Scotland and their associated and affiliated bodies,
— NHS Scotland entities constituted pursuant to the National Health Service (Scotland) Act 1978 (i.e. all NHS Scotland Health Boards, Special Health Boards and the Authority or other NHS Organisation established pursuant to the NHS (Scotland) Act 1978), any integrated Joint Boards established pursuant to the new Public Bodies (Joint Working) Scotland Act 2014.
The above is subject to each contracting authority entering into and maintaining a relevant membership agreement or other access agreement with Scotland Excel.
Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less, bidders than the envisaged maximum number to the proposed Framework Agreement.
Tenderers are advised that whether electronic ordering, invoicing and payment will be used or accepted is at the discretion of each contracting authority entitled to use this proposed framework agreement. This will be settled by them during call-off of a contract under this proposed framework agreement.
Further information regarding the operation of the framework can be found within the tender documentation available in PCS-T project 9959.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 9959. For more information see:
— http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_9959. 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:
— 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 bidder’s response to questions relating to the (Quality) award criteria, it will be requested to provide an outline of the community benefits it can offer for this framework agreement. Bidders are asked to provide a response setting out the methodology for working with contracting authorities to support the delivery of the Scottish Government’s National Outcomes, through community benefits commitments.
— — the response must be specific to the bidder’s involvement under this framework agreement if successful and should include:
— How the bidder will work with contracting authorities to offer community benefits, relevant to this procurement, to support the Scottish Government’s National Outcomes (as detailed in the Technical envelope on the PCS-T tendering system); and,
— Examples of the community benefits, the bidder could deliver to contracting authorities linked to the Scottish Government’s National Outcomes.
If appointed on to the proposed framework agreement, suppliers will be required to report the details of all delivered community benefits to Scotland Excel bi-annually (or at some other interval reasonably notified to suppliers).
(SC Ref:525330).
VI.4.1)Review body
Renfrewshire House, Cotton Street
Paisley
PA1 1AR
United Kingdom
Telephone: +44 3003001200
Fax: +44 1416187423Internet address:http://www.scotland-excel.org.uk
VI.5)Date of dispatch of this notice:
Read More
Fire Risk Assessments for Devon Partnership NHS Trust
Building Services Repairs and Maintenance Term Contracts 2018 London
Fire Risk Alteration Works Contract Chatham
South East Consortium Fire Remedial Works Framework