Fire Safety Installation Service and Maintenance Works and Services – Scotland
The Framework will be divided into regions.
United Kingdom-Edinburgh: Fire-prevention installation works
2020/S 082-194716
Contract notice
Works
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 95 McDonald Road
Town: Edinburgh
NUTS code: UKM
Postal code: EH7 4NS
Country: United Kingdom
Contact person: Jane Brighouse
E-mail: jbrighouse@pfh.co.uk
Telephone: +44 8000315405
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA18142
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 Safety Installation Service and Maintenance Works and Services — Scotland
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Established in 2004, Procurement for Housing (PfH) is a national procurement consortium dedicated to the social housing sector and supported by the National Housing Federation (NHF), the Chartered Institute of Housing (CIH) and Housemark. PfH Scotland was established in 2013. PfH is a contracting authority under Regulation 2 of the Public Contracts (Scotland) Regulations 2015 (PCSR 2015 and a central purchasing body under Regulation 38 PCSR 2015. PfH is seeking qualified and experienced contractors to establish a framework agreement for fire safety installation, service and maintenance works and services to cover sprinkler and fire suppression systems, fire alarm and emergency lighting systems, passive works, whole building works, cladding and domestic fire alarms. The framework will be divided into regions. Separate frameworks are being procured for fire safety consultancy works in Scotland and for England, Wales and Northern Ireland.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Fire Alarms and Emergency Lighting Service and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This scope of this lot will cover the servicing and maintenance of fire alarm and emergency lighting systems. The lot is divided into six regions and organisations can bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Sprinkler and Fire Suppression Systems Service and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
This scope of this lot will cover the servicing and maintenance of sprinkler and fire suppression systems. The lot is divided into six regions and organisations can bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Sprinkler and Fire Suppression Systems Installation and Associated Service and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of lot 1 includes the design, installation, testing, commissioning/handover and servicing and maintenance of sprinkler and fire suppression installations in accordance with the specification including integration with the member’s fire strategy/risk assessment and all required builder’s works. The lot is divided into six geographical regions. Organisations may bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and the associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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 Alarm and Emergency Lighting Installation and Associated Service and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of this lot includes fire alarm and emergency lighting installation and associated service and maintenance in accordance with the specification including integration with the member’s fire strategy/risk assessment and all required builder’s works. The lot is divided into six geographical regions. Organisations may bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and the associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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 Safety Passive Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope includes the design, installation, testing, commissioning/handover and servicing and maintenance of a range of passive fire protection measures including but not limited to fire resistant rated compartmentation works, replacement fire doors to PAS 24 standards, wet/dry riser works, fire sealing and damping, signage and photoluminescent path markers in accordance with the specification including integration with the member’s fire strategy/risk assessment and all required builder’s works.The lot is divided into six regions and organisations can bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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 Safety Whole Building Works Installation, Service and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope includes the design, installation, testing, commissioning/handover and servicing and maintenance of a range of active and passive fire protection measures as described in lots 1-5 inclusive, in accordance with the specification including integration with the member’s fire strategy/risk assessment and all required builder’s works.The lot is divided into six regions and organisations can bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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 Safety Cladding Works
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope includes the design, installation, testing, commissioning/handover and servicing and maintenance of a replacement aluminium composite material (ACM) cladding panels with new fire resistant cladding systems with appropriate compartmentation in accordance with the member’s fire strategy/risk assessment and all required builder’s works. The lot is divided into six regions and organisations can bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Domestic Fire Alarms Installation and Maintenance
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The scope of lot 8 includes the design, installation, service and maintenance of domestic fire alarms. The lot is divided into six regions and organisations can bid for all regions. To be considered for the framework organisations must meet the minimum standards of accreditation and other criteria as set out in the ESPD and associated scoring methodology. PfH intends to appoint five contractors to each geographical region but reserves the right to award a greater or fewer number of places depending on the bids received.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
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
As set out in the ESPD and associated scoring methodology.
III.1.2)Economic and financial standing
Bidders must have the following minimum levels of general annual turnover for the lots they are applying for:
Lot 1: GBP 2 000 000 (two million pounds)
Lot 2: GBP 2 000 000 (two million pounds)
Lot 3: GBP 2 000 000 (two million pounds)
Lot 4: GBP 2 000 000 (two million pounds)
Lot 5: GBP 4 000 000 (four million pounds)
Lot 6: GBP 4 000 000 (four million pounds)
Lot 7: GBP 4 000 000 (four million pounds)
Lot 8: GBP 2 000 000 (two million pounds).
PfH will obtain an independent third-party risk report from Experian using the Company Registration number supplied by the bidder. Any bidder who does not meet the minimum threshold of 50 out of 100 (Average Risk) will be subject to further investigation. This may entail a review of recent accounts and PfH reserves the right to request additional information to satisfy itself that the organisation is financially secure. PfH reserves the right to reject a bidder where it has doubts over the financial position of an organisation. It is the bidder’s responsibility to ensure that all information held by Experian is accurate when submitting their tender.
Bidders are required to hold the following minimum levels of insurance:
Employers liability — all lots = GBP 5 m (five million pounds)
Public liability insurance — all lots = GBP 10 m (ten million pounds)
Professional indemnity insurance — lots 1, 3, 5, 6 and 8 = GBP 5 m (five million pounds)
Professional Indemnity Insurance — lot 7 = GBP 10 m (ten million pounds)
Product liability insurance — lots 1, 5, 6 and 7 = GBP 10 m (ten million pounds)
Product liability insurance — lots 2, 3, 4 and 8 = GBP 5 m (five million pounds).
III.1.3)Technical and professional ability
1) Bidders are required to be able to supply at least three contract examples for each lot they are bidding for. Such examples must be within the last 5 years for public works contracts and the last 3 years for public service contracts. Bidders must provide sufficient detail in their response to enable PfH to be able to identify and assess the relevant of the contract examples to the services required under the framework agreement. Bidders should use question 4C.1 to respond to the requirement. Bidders that are unable to provide three relevant and appropriate examples demonstrating sufficient experience (or provide a justification why they are unable to do so) will be excluded from the procurement process
2) Bidders are required to self-certify that they hold membership of a minimum of three of the five following organisations: National Inspection Council for Electrical Installation Contracting (NICEIC), Electrical Application Committee (EAC), Electrical Contractors Association (ECA), Electrical Safety Council (ELECSA), National Association of Professional Inspectors and Testers (NAPIT). Bidders must be able to provide evidence of membership if requested. Where equivalent national memberships are held, bidders must be able to demonstrate equivalence with those memberships.
3) Bidders must be able to self-certify that they hold approved contractor status and are registered on the Loss Certification Prevention Board (LCPB) list of approved products and services. Bidders must be able to provide evidence of registration if requested. Where equivalent national registrations are held, bidders must be able to demonstrate equivalence with those registrations.
4) Bidders must be able to self-certify that they comply with the minimum lot accreditation requirements (either holding accreditation where marked as an accreditation or complying with the standard where identified as a standard) as set out in the tables at 1.2.2 of Document 3 — Specification. Bidders must be able to provide evidence of accreditation/compliance if requested. Where equivalent national accreditations/standards are held/complied with, bidders must be able to demonstrate equivalence with those accreditations and standards.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
Not Applicable
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
The additional minimum requirements apply:
1) Biders may be excluded if they are in any of the situations referred to in Reg.58 of the PCSR 2015.
2) If required by the member state, bidders are required to be enrolled in the relevant professional or trade registers within their country.
3) Bidders must to state the proportion of the contract they expect to subcontract.
4) Quality assurance. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 9001 or can demonstrate that they have robust equivalent quality standards.
5) Health and Safety. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS OHSAS 18001 or has within the last 12 months successfully met the assessment requirements of a construction related scheme in registered membership of the safety schemes in procurement (SSIP) or; can demonstrate that they have robust equivalent health and safety standards.
6) Environmental. Bidders are required to hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 or can demonstrate it has robust equivalent environmental standards.
The framework may be used by any contracting authority listed in or referred to in the OJEU notice. This includes:
— all current members of PfH at the time of the OJEU notice;
— any registered provider of social housing (or Welsh registered social landlord,or Scottish registered social registered social landlord) that becomes a member of PfH during the period of the framework;
— any public authority (as defined in the FOI Act 2000 for public authorities in England, Wales, Northern Ireland and UK-wide public authorities based in Scotland or as defined in the Freedom of Information (Scotland) Act 2002 for Scottish public authorities) that becomes a member of PfH at any time during the period of the framework;
— any local authority (as defined in the Local Government Act 1972 for public authorities in England and Wales or as defined in the Local Government (Scotland) Act 1973 for Scottish local authorities or as defined in the Local Government Act (Northern Ireland) 1972 for local authorities in Northern Ireland) that becomes a member of PfH at any time during the period of the framework agreement;
— any housing Arm’s Length Management Organisation (ALMO) that becomes a member of PfH during the period of the framework agreement;
— any wholly owned subsidiaries of any of the above organisations; and
— any other contracting authority listed on the following page of the PfH website
http://procurementforhousing.co.uk/permissible-users/ at the time of the OJEU notice for this procurement.
Note: to register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland website at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=620280
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.
The contracting authority does not intend to include a subcontract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
Information on subcontracting is requested within the ITT
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:
Bidders will be required to state the community benefits that will be delivered as part of this contract within the ITT.
(SC Ref:620280)
VI.4.1)Review body
Postal address: Parliament House, Parliament Square
Town: Edinburgh
Postal code: EH1 1RQ
Country: United Kingdom
Telephone: +44 1312252595Internet address: https://www.scotcourts.gov.uk/the-courts/court-locations/court-of-session
VI.5)Date of dispatch of this notice: