Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Fire Systems Maintenance Contract

  • First published: 10 April 2019
  • Last modified: 10 April 2019

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
Hanover (Scotland) Housing Association
Authority ID:
AA20849
Publication date:
10 April 2019
Deadline date:
17 May 2019
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Telephone: +44 1315570598

E-mail: cpt@hanover.gov.uk

NUTS: UKM

Internet address(es)

Main address: http://www.hanover.scot

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA12742

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

www.publiccontractsscotland.gov.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.publiccontractsscotland.gov.uk


Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:

www.publiccontractsscotland.gov.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Housing and community amenities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Fire Systems Maintenance Contract

Reference number: CR-H0334

II.1.2) Main CPV code

50413200

 

II.1.3) Type of contract

Services

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

This contract is divided into lots: Yes

Tenders may be submitted for all lots

II.2) Description

Lot No: 1

II.2.1) Title

Fire Systems Maintenance Contract — North Scotland

II.2.2) Additional CPV code(s)

50413200

31625100

31625200

35111300

44480000

44482100

31518200

II.2.3) Place of performance

NUTS code:

UKM


Main site or 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

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2019

End: 31/07/2021

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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.

Lot No: 2

II.2.1) Title

Fire Systems Maintenance Contract — South Scotland

II.2.2) Additional CPV code(s)

50413200

31625100

31625200

35111300

44480000

44482100

31518200

II.2.3) Place of performance

NUTS code:

UKM


Main site or 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

Criteria below:

Quality criterion: Quality / Weighting: 60

Cost criterion: Cost / Weighting: 40

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/08/2019

End: 31/07/2021

This contract is subject to renewal: Yes

Description of renewals:

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.2.9) Information about the limits on the number of candidates to be invited

II.2.10) Information about variants

Variants will be accepted: No

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

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) Conditions for participation

III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

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

List and brief description of selection criteria:

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.


Minimum level(s) of standards required:

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

List and brief description of selection criteria:

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.


Minimum level(s) of standards required:

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) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 17/05/2019

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.7) Conditions for opening of tenders

Date: 17/05/2019

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

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) Procedures for review

VI.4.1) Review body

Hanover (Scotland) Housing Association

95 McDonald Road

Edinburgh

EH7 4NS

UK

Telephone: +44 1315570598

Fax: +44 1315577424

Internet address(es)

URL: http://www.hanover.scot

VI.5) Date of dispatch of this notice

05/04/2019

Coding

Commodity categories

ID Title Parent category
31518200 Emergency lighting equipment Signalling lights
35111300 Fire extinguishers Firefighting equipment
44482100 Fire hoses Fire-protection devices
31625200 Fire-alarm systems Burglar and fire alarms
31625100 Fire-detection systems Burglar and fire alarms
44480000 Miscellaneous fire-protection equipment Miscellaneous fabricated products and related items
50413200 Repair and maintenance services of firefighting equipment Repair and maintenance services of checking apparatus

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
cpt@hanover.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.