Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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 one or both lots.
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
103 891.80
GBP
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
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
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
Quality criterion: Quality
/ Weighting: 60
Cost criterion: Cost
/ Weighting: 40
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 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.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2019/S 071-167910
Section V: Award of contract
Lot No: 1
Title: Fire Systems Maintenance Contract — North Scotland
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
31/07/2019
V.2.2) Information about tenders
Number of tenders received: 7
Number of tenders received from SMEs: 7
Number of tenders received from tenderers from EU Member States: 7
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 7
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Moray Fire Protection Ltd
34 Tyock Industrial Estate, Moray
Elgin
IV30 1XY
UK
Telephone: +44 1343545418
NUTS: UKM
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 25 264.80
GBP
V.2.5) Information about subcontracting
Section V: Award of contract
Lot No: 2
Title: Fire Systems Maintenance Contract — South Scotland
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
31/07/2019
V.2.2) Information about tenders
Number of tenders received: 9
Number of tenders received from SMEs: 9
Number of tenders received from tenderers from EU Member States: 9
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 9
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Fortress Security Ltd
6 Langlands Street
Kilmarnock
KA1 2AH
UK
Telephone: +44 1563533222
Fax: +44 1563532656
NUTS: UKM9
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Initial estimated total value of the contract/lot:
Total value of the contract/lot:
: 78 627.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
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.
(SC Ref:592951)
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
31/07/2019