Fire Equipment Maintenance Tender 2019
The maintenance of the fire detection and extinguishing systems within the Association’s housing stock located throughout Scotland.
United Kingdom-Edinburgh: Repair and maintenance services of firefighting equipment
2018/S 173-392523
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
95 McDonald Road
Edinburgh
EH7 4NS
United Kingdom
Contact person: Alan Baird
Telephone: +44 1315570598
E-mail: abaird@hanover.scot
Fax: +44 1315577424
NUTS code: UKM
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12742
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Fire Equipment Maintenance 2019
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. The contract is being split into 2 lots (Central/South Scotland and North Scotland).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Fire Equipment Maintenance 2019 Central and South Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
Central and South Scotland
II.2.4)Description of the procurement:
The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. Lot 1 covers south and central Scotland.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be awarded for 1 year with the option to extend a further 1 + 1 + 1 year. Potential total of 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Fire Equipment Maintenance 2019 (North)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North of Scotland
II.2.4)Description of the procurement:
The maintenance of the fire detection and extinguishing systems within the Associations housing stock located throughout Scotland. This includes fire alarms, fire extinguisher, sprinkler, dry riser, disabled refuge, smoke control, hose reel and emergency lighting systems. Lot 2 covers the area in the North of Scotland.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
The contract will be awarded for 1 year with the option to extend for a further 1 + 1 + 1 year. Potential total of 4 years.
II.2.9)Information about the limits on the number of candidates to be invited
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Bidders, or their nominated sub-contractors)must be members of select and/or NICEIC; BAFE SP101 (Competency of Portable Fire Extinguisher Organisations and Technicians); BAFE SP203-1 (Fire Detection and Alarm Systems) and the British Automatic Fire Sprinkler Association.
Or equivalent accreditations in the country of operation.
III.1.2)Economic and financial standing
Bidders will be required to have a minimum yearly “specific” turnover for the last 3 years in the business area covered by the contract.IE Fire Equipment Maintenance.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Bidders will be required to have a minimum yearly “specific” turnover of 300 000 GBP for the last 3 years in the business area covered by the contract (Fire Equipment Maintenance).
Employer’s (Compulsory) Liability Insurance = 10 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
III.1.3)Technical and professional ability
Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the OJEU Contract Notice.
Bidders will be required to confirm that their managerial staff have relevant educational and professional qualifications.
Bidders will be required to confirm that they will employ environmental management measures that demonstrate how they can improve the Social, Environmental and Economic wellbeing of the area in which they operate.
Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice.
Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders will be required to provide 3 examples of previous contracts within the past 5 years which must be for Registered Social Landlords or Local Authorities in Scotland that demonstrate they have the experience of working to deliver the services as described in part II.2.4 of the OJEU contract notice. It is preferred that the examples provided are for customers within social housing with a vulnerable client group.
Bidders will be required to confirm details of the technicians or technical bodies who they can call upon, especially those responsible for quality control.
Bidders must confirm that their site engineers have, or must make a commitment to attain (prior to any contract award), suitable training and provide all necessary equipment and tools for undertaking non-licensable asbestos work (please refer to section EM2 in the HSE’s “Asbestos Essentials” document for further details on training requirements for undertaking Non-Licensed tasks).
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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
Section VI: Complementary information
VI.1)Information about recurrence
2022
VI.3)Additional information:
Quality Management
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 authorised by their Chief Executive, or equivalent, which 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 organisation.
Health and Safety Procedures
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 a regularly reviewed and documented policy for Health and Safety (H and S) management. 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 organisation. 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.
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=555147
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.
(SC Ref:555147)
VI.4.1)Review body
95 McDonald Road
Edinburgh
EH7 4NS
United Kingdom
Telephone: +44 1315570598
Fax: +44 1315577424Internet address: http://www.hanover.scot
VI.5)Date of dispatch of this notice: