Maintenance of Fire Fighting Equipment Framework – NHS Scotland
To maintain, service, repair, modify and replace where required all fire fighting equipment across the Participating Authorities estate.
United Kingdom-Edinburgh: Repair and maintenance services of firefighting equipment
2016/S 159-287683
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Contact person: Robert Armstrong
Telephone: +44 1413001151
E-mail: robert.armstrong3@nhs.net
NUTS code: UKM
Internet address(es):Main address: http://www.nhsscotlandprocurement.scot.nhs.uk/
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA11883
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:
NP806/16 Maintenance of Fire Fighting Equipment.
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The Common Services Agency (more commonly known as National Services Scotland) (‘the Authority’) acting through its division National Procurement, is undertaking this procurement to maintain, service, repair, modify and replace where required all fire fighting equipment across the Participating Authorities estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers, sprinkler systems and gas suppression systems and to ensure full compliance with all current fire safety legislation on behalf of all 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(collectively hereafter referred to as ‘Participating Authorities’).
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
NHS Ayrshire & Arran
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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 referrred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
II.2.1)Title:
NHS Borders
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Dumfries & Galloway
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Fife
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) and certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Lanarkshire
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Forth Valley
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Grampian
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Greater Glasgow & Clyde
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Highland
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) and certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Lothian
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
NHS Tayside
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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:
Golden Jubilee Hospital (National Waiting Times Centre Board)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The Contractor is required to maintain service, repair, modify and replace where required all fire fighting equipment across the whole of the Participating Authority’s estate including portable fire fighting equipment (e.g. fire extinguishers and fire blankets), hydrants and dry risers and to ensure that all records of equipment are up-to-date and relevant. The Contractor shall ensure full compliance with all current Fire Safety Legislation and guidance including but not limited to the following:
— The Fire ( Scotland ) Act 2005 as Amended;
— The Fire Safety (Scotland) Regulations 2006;
— Scottish Health Technical Memorandum — Firecode 81 — 85; and
— BS 5306-9 2015 Recharging of Portable Fire Extinguishers;
— BS 750:2012 (for hydrants);
— BS 9990:2006 and BS 5306 part 1 (for risers):
and that all equipment is kite marked and CE marked as required in Scotland.
The Contractor will ensure that, in the course of providing the services and any other advice or recommendations, the Participating Authority is not in breach of any legislation, regulations and SHTMs.
Important Notes
The Participating Authority may require extinguishers to be replaced at 5 years rather than tested; compressed air and water is used in the service of hydrants where required; fire blankets will not be routinely replaced post-installation.
The properties included in the Participating Authority’s estate may change during the period of this specific contract under framework agreement (NP806/16 maintenance of fire fighting equipment) and the contractor shall make sure that all fire fighting equipment is recorded as disused or in service. Where buildings are taken off-line, the contractor is to make sure that invoiced charges includes only for fire-fighting equipment that still exists on the Estate.
The contractor will require to have set up within 12 month period of the commencement date of any future contract a web based software information system to incorporate a register of the Participating Authority’s assets. All reports, asset lists and other management information and documentation that is to be provided to the Participating Authority must be in the form of an electronic spreadsheet format as agreed with the appropriate Participating Authority representative. (An example of the format required is attached for your information — i.e. NP806/16 Maintenance of Fire Fighting Equipment — Management Information Template).
Where required by the Participating Authority representative, the Contractor will ensure that the Contractor operatives entering any Participating Authority site are Disclosure Scotland or PVG Scheme cleared.
When requested, the Contractor must provide details or copies of the following:
— BAFE (British Approvals for Fire Equipment) & certificate number;
— FETA (Fire Extinguishing Trade Association) certificate;
— BFC (British Fire Consortium) certificate.
Equipment must not be removed without temporary replacement of identical size and type left in the place of the removed unit.
The Contractor shall ensure that all Health and Safety requirements are met and that method statements and risk assessments are provided to the Participating Authority representative as required and prior to work being undertaken.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.9)Information about the limits on the number of candidates to be invited
As outlined in Contract Notice and ESPD documentation which incorporates the requirements of the ESPD (Scotland).
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
1) ESPD Question 4A.1. All bidders are required to confirm that they are registered members of the relevant professional body responsible for the issuing the minimum standards of service required to ensure Participating Authorities will be fully compliant with all current fire safety legislation, guidance and regulation.
ANSWER: YES/NO
WEIGHTING CRITERIA: PASS/FAIL
.
2) ESPD Question 4A.2. All bidders are required to confirm that their technical operatives are registered members of BAFE Contract Maintenance of Portable Fire Extinguishers incorporating RegisteredFire Extinguisher Service Tecnicians Scheme No.SP101/ST104.
Answer: Yes/No
Weighting Criteria: Pass/Fail
We are using PCS-Tender to conduct the PQQ exercise which includes the ESPD documentation which incorporates the requirements of the ESPD (Scotland).
Note: A tenderer whose response is NO to any of the above questions will be allocated a score of ‘FAIL’ and will be eliminated from the tender process.
III.1.2)Economic and financial standing
As part of the selection process the top 5 scoring candidates per lot will be taken forward to the ITT stage.
We are using PCS-Tender to conduct the PQQ exercise which includes the ESPD documentation which incorporates the requirements of the ESPD (Scotland).
See Project No.6221, ESPD document under ‘attachments’. Excel spreadsheet entitled ‘NP806/16 Maintenance of Fire Fighting Equipment ESPD Spreadsheet Appendix 1’ which you must complete and return with the relevant information.
1) ESPD Question 4B.1.1 Please provide your yearly turnover figures for the three most recent financial years.
2) Question 4B.2.1 Please provide your yearly turnover figures in the business area covered by the contract for the three most recent financial years.
3) ESPD Question 4B.5 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of and subsequently awarded contract, the levels of insurance cover indicated in the contract notice below:
Employer’s (Compulsory) Liability Insurance = 5 000 000 GBP
Public Liability Insurance = 5 000 000 GBP
Product Liability Insurance = 5 000 000 GBP
Economic Ratios:
Your financial accounts etc. will not be referred to unless the financial ratios calculated in accordance with this note show anything less than financial stability. In the appropriate area of the excel spreadsheet attached to this ESPD, please provide the following for at 3 years:
4) Provide the following four ratios for the the three most recent financial years:
4.1) Current Ratio: Current Assest divided by Current Liabilities.
4.2) Current Profit Margin: Gross Profit divided by Net Sales (Revenue).
4.3) Debt Ratio: Total Liabilities divided by Total Assets.
4.4) Short Term Debt Coverage: Operationing Cash Flow divided by Short Term Debt.
These ratios will be used to compare finances across the sector as well as to assess the tenderer’s financial strength and security; and to determine whether a parent company guarantee or another instrument may be required by the Authority.
III.1.3)Technical and professional ability
As part of the selection process the top 5 scoring candidates will forward to the ITT stage.
In respect of the professional and technical skills available within your organisation we require you to answer the undernoted questions in relation to this procurement exercise.
Section 1 — Mandatory Questions (Yes/No)- See ESPD Technical Envelope Section 2.11.
Section 2 — Scored Questions — Weighted to a value of 100 % — See ESPD Technical Envelope Section 2.11
We are using PCS-Tender to conduct the PQQ exercise which includes the ESPD documentation which incorporates the requirements of the ESPD (Scotland).
See Project No.6221, ESPD document under ‘attachments’. Excel spreadsheet entitled ‘NP806/16 Maintenance of Fire Fighting Equipment ESPD Spreadsheet Appendix 1’ which you must complete and return with the relevant information.
The minimum requirements are as detailed below:
Section 1 — Mandatory Questions:
1.1) All bidders must confirm that they will ensure that the Participating Authority will be fully compliant with all fire safety legislation, guidance and regulation.
Answer: Yes/no
1.2)All bidders are required to confirm that their organisation has a ISO9001 certificate or equivalent from a BAFE listed UKAS certification body with a scope to BAFE SP101.
Answer: Yes/no
Section 2 — Scored Questions:
The weighting for the undernoted question is 40 % (shown as 40 out of 100)
2.1) All bidders must provide at least two relevant examples of similar contracts/services that you have provided over the past three years as outlined in Section II.2.4 of this OJEU Contract Notice. (Examples from both the public and private sector customers and clients may be provided).
Guidance Notes: See ESPD for guidance information.
The weighting for the undernoted question is 30 % (shown as 30 out of 100)
2.2) The Participating Authorities prefers a web-based management system on which all contract management information regarding the contract is immediately available and can be interrogated and manipulated. Please describe the reporting and information systen that you currently use for similar type contracts including exemplars where required).
Guidance Notes: See ESPD for guidance information.
The weighting for the undernoted question is 10 % (shown as 10 out of 100)
2.3)With regard to the scope of the requirement geographically, please outline the resources available to you to undertake the services as outlined in the contract notice.
Guidance Notes: See ESPD for guidance information
The weighting for the undernoted question is 10 % (shown as 10 out of 100)
2.4) Please provide details of the relevant tools, plant or technical equipment available to you to provide the level of service as outlined in the contract notice.
Guidance: See ESPD for guidance information.
The weighting for the undernoted question is 10 % (shown as 10 out of 100)
2.5) All bidders are required to provide a Method Statement which outlines the process to be underaken when servicing a standard 9kg Water Extinguisher.
Guidance Notes: See ESPD for guidance information.
Scoring Method:
We are using PCS-Tender to conduct the PQQ exercise which includes the ESPD documentation which incorporates the requirements of the ESPD (Scotland).
See Project No.6221, ESPD document under ‘attachments’. Excel spreadsheet entitled ‘NP806/16 Maintenance of Fire Fighting Equipment ESPD Spreadsheet Appendix 1’ which you must complete and return with the relevant information.
III.2.3)Information about staff responsible for the performance of 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.1.8)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.2.3)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
VI.2)Information about electronic workflows
VI.3)Additional information:
Provide a brief summary of the community benefits you already deliver in your business,where these are delivered and what they have achieved in outcomes.
Please confirm that if successful you agree to participate in and support a process of ongoing contract and supplier management in this area including the tracking and reporting of Community Benefits delivered as part of this contract.
We are using PCS-Tender to conduct the PQQ exercise which includes the ESPD documentation which incorporates the requirements of the ESPD (Scotland).
See Project No.6221, ESPD document under ‘attachments’. Excel spreadsheet entitled ‘NP806/16 Maintenance of Fire Fighting Equipment ESPD Spreadsheet Appendix 1’ which you must complete and return with the relevant information.
The buyer is using PCS-Tender to conduct this PQQ exercise. The Project code is 6221. For more information see:http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
(SC Ref:451210).
VI.4.1)Review body
Gyle Square (NSS Head Office), 1 South Gyle Crescent
Edinburgh
EH12 9EB
United Kingdom
Telephone: +44 1698794410Internet address:http://www.nhsscotlandprocurement.scot.nhs.uk/
VI.4.3)Review procedure
The Authority will notify economic operators who submitted a tender or (where no deselection notification has previously been made) applied
to be selected to tender, of its decision to award the contract which notification will contain among other information, a summary of the reasons
why the economic operator was unsuccessful. The notification will incorporate a ‘standstill period’ of a minimum of 10 clear calendar days (or a
minimum of 15 if the communication method used is not electronic) between the date on which the Authority despatches the notice and the date
on which the Authority proposes to make an award pursuant to this procurement. The bringing of court proceedings against the Authority
during the standstill period will automatically continue the prohibition on entering into the contract until the court proceedings are determined,
discontinued or disposed of, or the court, by interim order, brings to an end the prohibition. The remedies that may be awarded by the courts
before the contract has been entered into include the setting aside of the decision to award the contract to the winning tenderer. The bringing of
court proceedings against the Authority after the contract has been entered into will not affect the contract unless grounds for the imposition of
special penalties under the Public Contracts (Scotland) Regulations 2015 can be established. Otherwise the remedies that may be awarded by
the courts where the contract has been entered into are limited to the award of damages. Economic operators are entitled to write to the
Authority after receipt of the notification should they require further clarification. The Authority will respond within 15 days of such a written
request, but it should be noted that receipt by the Authority of such request during the standstill period may not prevent the Authority from
awarding the contract following the expiry of the standstill period. Where an economic operator is dissatisfied with the Authority’s response to
its request for clarification, or considers that the contract has been concluded in breach of The Public Contracts (Scotland) Regulations 2015,
such economic operator is advised to promptly seek independent legal advice.
VI.5)Date of dispatch of this notice:
Related Posts
Facilities Management Service Contract Liverpool
Fire Compartmentation Works Dorset
Fire and Alarm Maintenance Servicing Contract
Supply and Installation of a Fire Suppression System