Fire Systems Maintenance Contract Scotland
Fire Systems Maintenance Contract – North Scotland – Lot No: 1.
United Kingdom-Edinburgh: Repair and maintenance services of firefighting equipment
2019/S 071-167910
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
95 McDonald Road
Edinburgh
EH7 4NS
United Kingdom
Telephone: +44 1315570598
E-mail: cpt@hanover.gov.uk
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 Systems Maintenance Contract
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The provision of the maintenance of the fire detection and extinguishing systems within the associations housing stock located throughout Scotland. This includes fire alarm, fire extinguishers, sprinklers, dry risers, disable refuge, smoke control, house reel and emergency lighting systems. The contract is being split into 2 lots.
Lot 1 covers North Scotland whilst.
Lot 2 covers North Scotland.
Tenderers can tender for 1 or both lots.
II.1.6)Information about lots
II.2.1)Title:
Fire Systems Maintenance Contract — North Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
North Scotland.
II.2.4)Description of the procurement:
The maintenance of the fire detection and extinguishing systems within the associations housing stock located throughout North Scotland. This includes fire alarms, fire extinguishers, sprinklers, dry risers, disables refuges, smoke control, hose reel and emergency lighting systems and for providing a reactive maintenance service.
Lot 1 covers North 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 a period of 2 years with the option to extend a further 2 periods of 1 year (a potential total contract length of 4 years).
II.2.10)Information about variants
II.2.11)Information about options
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.
II.2.1)Title:
Fire Systems Maintenance Contract — South Scotland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
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 extinguishers, sprinklers, dry risers, disables refuges, smoke control, hose reel and emergency lighting systems and for providing a reactive maintenance service.
Lot 2 covers South 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 a period of 2 years with the option to extend a further 2 x 1 year periods (a potential total contract length of 4 years).
II.2.10)Information about variants
II.2.11)Information about options
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
4A.1 Bidders, or their nominated sub-contractors, must be members of Select and/or NICEIC; BAFE SP101 (competency of portable fire extinguisher organisations and technicals); BAFE SP203-1 (fire detection and alarm systems) and the British Automatic Fire Sprinker Association (or equivalent accreditations in country of operations).
4A.2 Where is is required, within a bidder’s country of establishment, they must confirm which autorisation or memberships of the relevant organisation(s) are required in order to perform this service. Bidders must confirm if they hold the particular authorisation or memberships.
4C.6 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 (refer to section EM2 in the HSE’s “Asbestos Essentials” document for further details on training requirements for undertaking non-licensed tasks).
III.1.2)Economic and financial standing
4B.2.1 Bidders will be required to have minimum yearly “specific” turnover in the business area covered by the contract for the last 3 years. In case the information concerning turnover (general or specific) is not available for the entire period required, please state the date in which the bidder was set up or started trading.
4B.5.1 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.
4B.1.1 For Lot 1, bidders are required to have a minimum yearly “specific” turnover, in the area of fire equipment maintenance, of 90 000 GBP for the last 3 years.
For Lot 2, bidders are required to have a minimum yearly “specific” turnover, in the area of fire equipment maintenance, of 300 000 GBP for the last 3 years
4B.5.1 Insurance:
— employers (compulsory) liability insurance of a minimum of 10 000 000 GBP (10 000 000),
— public liability insurance of a minimum of 5 000 000 GBP (5 000 000),
— products liability insurance of a minimum of 5 000 000 GBP (5 000 000).
III.1.3)Technical and professional ability
For both lots.
4C.1.2 Bidders will be required to provide 3 examples of contracts carried out in the past 3 years which demonstrate they have experience in delivering the services as described in Part II.2.4 of the Contract Notice.
Examples provided must be for the delivery of the same or similar services and of a similar size, scope and value.
4C.1.2 Bidders will be required to provide 3 examples of contracts carried out in the past 3 years which demonstrate they have experience in delivering the services as described in Part II.2.4 of the Contract Notice.
Examples provided must be for the delivery of the same or similar services and of a similar size, scope and value.
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.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.7)Conditions for opening of tenders
Section VI: Complementary information
VI.1)Information about recurrence
6 months prior to contract end date.
VI.3)Additional information:
Quality management procedures:
1) 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.
2) 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, 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) forum or the bidder must have a regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent.
Note: Organisations with fewer than 5 employees are not required by law to have a documented policy statement.
Environmental Management Systems or Standards:
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 the bidder must have a regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent.
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=571982
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:571982)
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: