Tender for Servicing and Maintenance of Fire Systems
Thurrock Council wishes to appoint experienced service provider(s) for the servicing and maintenance of fire systems and fire protection devices ensuring compliance with all relevant industry, manufacturer requirements and safety standards.
United Kingdom-Grays: Security, fire-fighting, police and defence equipment
2015/S 087-157456
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
Thurrock Council
Procurement Services, Civic Offices, New Road, Thurrock
Contact point(s): Procurement Services
RM17 6SL Grays
UNITED KINGDOM
Telephone: +44 1375652207
E-mail: procurement@thurrock.gov.uk
Internet address(es):
General address of the contracting authority: www.thurrock.gov.uk
Address of the buyer profile: http://thurrock.g2b.info
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
I.4)Contract award on behalf of other contracting authorities
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 1: Maintenance and repair services
NUTS code UKH32
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.5)Short description of the contract or purchase(s)
The opportunity has been divided into 3 lots as follows:
— Lot 1 — Fire Alarms and Emergency Lighting;
— Lot 2 — Fire Protection Devices;
— Lot 3 — Fire Alarms, Emergency Lighting and Fire Protection Devices.
The procurement has been structured into three lots to allow the Council to identify which solution offers best value for money; the Council reserve the right to award against Lots 1 and 2 or Lot 3.
The successful service provider will be required to provide the following services for fire alarms and emergency lighting;
— testing and inspection programme;
— repairs identified following inspection; and
— installation of component parts/new fire alarms and/or emergency lighting (if required).
The successful service provider will be required to provide the following services for fire protection devices:
— servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin sheds and dry riser system;
— safety checks and replacement (if required) of fire blankets; and
— validation of current asset register and on-going record keeping including current inspections, next inspections and ‘extended service’ inspections etc., this information will remain the property of the Council.
The Contract will be let on an initial 3 year term with the option in year 3 to extend for a further 2 years in any combination.
Please see Thurrock Council’s website at www.thurrock.gov.uk for further details about the Council.
II.1.6)Common procurement vocabulary (CPV)
35000000, 31500000, 31518200, 31600000, 31625000, 35111200, 35111300, 35111500, 39525400, 44482200, 45312100, 51700000
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
Estimated value excluding VAT:
Range: between 316 500 and 825 000 GBP
II.2.2)Information about options
II.3)Duration of the contract or time limit for completion
Information about lots
Lot No: 1Lot title: Lot 1 — Fire Alarms and Emergency Lighting
1)Short description
— testing and inspection programme;
— repairs identified following inspection; and
— installation of component parts/new fire alarms and/or emergency lighting (if required).
Full details of the requirements will be included within the Invitation to Tender documentation.
2)Common procurement vocabulary (CPV)
35000000, 35111200, 35111500, 45312100, 51700000, 31500000, 31518200, 31600000, 31625000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 285 000 and 746 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 2Lot title: Fire Protection Devices
1)Short description
— servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin sheds and dry riser system;
— safety checks and replacement (if required) of fire blankets; and
— validation of current asset register and on-going record keeping including current inspections, next inspections
and ‘extended service’ inspections etc., this information will remain the property of the Council.
Full details of the requirements will be included within the Invitation to Tender documentation.
2)Common procurement vocabulary (CPV)
35000000, 35111200, 35111300, 35111500, 39525400, 44482200, 51700000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 31 500 and 79 000 GBP
4)Indication about different date for duration of contract or starting/completion
Lot No: 3Lot title: Lot 3 — Fire Alarms, Emergency Lighting and Fire Protection Devices
1)Short description
— testing and inspection programme;
— repairs identified following inspection; and
— installation of component parts/new fire alarms and/or emergency lighting (if required).
The successful service provider will be required to provide the following services for fire protection devices;
— servicing/inspection and repairs of fire hydrants, fire extinguishers, automatic water sprinkler systems in bin sheds and dry riser system;
— safety checks and replacement (if required) of fire blankets; and
— validation of current asset register and on-going record keeping including current inspections, next inspections
and ‘extended service’ inspections etc., this information will remain the property of the Council.
Full details of the requirements will be included within the Invitation to Tender documentation.
2)Common procurement vocabulary (CPV)
31500000, 31518200, 35000000, 31600000, 31625000, 35111200, 35111300, 35111500, 39525400, 44482200, 45312100, 51700000
3)Quantity or scope
Estimated value excluding VAT:
Range: between 316 500 and 825 000 GBP
4)Indication about different date for duration of contract or starting/completion
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.1.4)Other particular conditions
Description of particular conditions: Applicants who satisfy any of the criteria for rejection as set out in Regulation 57, Public Contracts Regulations 2015 shall be treated as ineligible. Applicants may be requested to provide such evidence as is reasonably necessary to allow Thurrock Council to establish that the aforementioned criteria do not apply to them.
The successful operators will be required to actively participate in working collaboratively with each other to promote continuous improvement and in the achievement of social, employment and environmental policy objectives. Accordingly, contract performance conditions may be included in the contract documents.
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.
III.2.2)Economic and financial ability
The tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.
Minimum level(s) of standards possibly required: Please refer to the Invitation to Tender documentation.
III.2.3)Technical capacity
The information and formalities set-out in Articles 57 to 58 of Directive 2014/24/EU and Regulations 57 and 58 of the Public Contracts Regulations 2015, and as set out in the Invitation to Tender.
The tender must be completed and returned in accordance with the instructions, by the deadline listed in Section IV.3.4 of this contract notice.
Minimum level(s) of standards possibly required:
Please refer to the Invitation to Tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Section VI: Complementary information
VI.3)Additional information
The Public Services (Social Value) Act 2012 (‘the Act’) imposes a duty upon the Council where the European procurement regulations apply to the contract in question to consider, at pre-procurement stage:
(a) how what is proposed to be procured might improve the economic, social and environmental well-being of the Councils area; and
(b) how, in conducting the process of the procurement, it might act with a view to securing that improvement. The Act applies to services contracts and to mixed contracts where the services part has the greater value.
For more information about this opportunity, please visit the Delta eSourcing portal at:
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/4J9WYH8VPH
GO Reference: GO-201551-PRO-6565782.
VI.4.1)Body responsible for appeal procedures
Thurrock Council
Procurement Services, Civic Offices, New Road
RM17 6SL Thurrock
UNITED KINGDOM
E-mail: procurement@thurrock.gov.uk
Telephone: +44 1375652207
Internet address: www.thurrock.gov.uk
Body responsible for mediation procedures
Thurrock Council
Procurement Services, Civic Offices, New Road
RM17 6SL Thurrock
UNITED KINGDOM
E-mail: procurement@thurrock.gov.uk
Telephone: +44 1375652207
Internet address: www.thurrock.gov.uk
VI.4.3)Service from which information about the lodging of appeals may be obtained
Thurrock Council
Procurement Services, Civic Offices, New Road
RM17 6SL Thurrock
UNITED KINGDOM
E-mail: procurement@thurrock.gov.uk
Telephone: +44 1375652207
Internet address: www.thurrock.gov.uk
VI.5)Date of dispatch of this notice: