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

Inspection, Testing and Reactive Maintenance Service for Fire Alarm Systems 2017 to 2020.

  • First published: 27 January 2017
  • Last modified: 27 January 2017

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:
Bield Housing & Care
Authority ID:
AA23944
Publication date:
27 January 2017
Deadline date:
24 February 2017
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Provision of an Inspection, Testing and Reactive Maintenance Service for Fire Alarm Systems. This Lot comprises GENT systems only. Please note that the contract value noted below is the estimated value for the Lot over the entire contract period including the optional extension.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Bield Housing and Care

79 Hopetoun Street

Edinburgh

EH7 4QF

UK

Contact person: Jim Grant

Telephone: +44 1312734078

E-mail: j.grant2@bield.co.uk

NUTS: UKM

Internet address(es)

Main address: http://www.bield.co.uk

Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA13722

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


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

Inspection, Testing and Reactive Maintenance Service for Fire Alarm Systems 2017 to 2020.

II.1.2) Main CPV code

31625200

 

II.1.3) Type of contract

Services

II.1.4) Short description

Bield is looking to put in place a contract for the inspection, testing and reactive maintenance of Fire Alarm Systems. The contract will be for a period of 36 months, commencing on 1.4.2017. There will be an option to extend by up to a further 12 months in total. The contract will be split into 3 lots — GENT systems in the east, GENT systems in the west, and non GENT and smoke detector only sites. Further details of locations under each lot are provided within the ‘additional documents’ section of this notice. Bidders may submit a bid for as many Lots as they wish, but no 1 bidder will be awarded more than 1 Lot. The decision regarding award of each Lot will be taken on an individual Lot by Lot basis. The estimated value below is for the whole contract including all Lots for the entire contract period including optional extensions.

II.1.5) Estimated total value

Value excluding VAT: 650 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

Maximum number of lots that may be awarded to one tenderer: 1

II.2) Description

Lot No: 1

II.2.1) Title

GENT Equipment West

II.2.2) Additional CPV code(s)

31625200

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

West Coast of Scotland including Rothesay and Dunoon. Further details including addresses is contained within the ‘Additional Documents’ section of this notice.

II.2.4) Description of the procurement

Provision of an Inspection, Testing and Reactive Maintenance Service for Fire Alarm systems. This Lot comprises GENT systems only. Please note that the contract value noted below is the estimated value for the Lot over the entire contract period including the optional extension.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

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

Start: 01/04/2017

End: 31/03/2020

This contract is subject to renewal: Yes

Description of renewals:

The contract can be extended by up to a further 12 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.

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

Lot No: 2

II.2.1) Title

GENT Equipment East

II.2.2) Additional CPV code(s)

31625200

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

East Scotland including Edinburgh, Dundee, Perth, Tayside, Fife, Lothian and the Borders. Further details including addresses are contained within the ‘Additional Documents’ section of this notice.

II.2.4) Description of the procurement

Provision of an Inspection, Testing and Reactive Maintenance Service for Fire Alarm Systems. This Lot comprises GENT systems only. Please note that the contract value noted below is the estimated value for the Lot over the entire contract period including the optional extension.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

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

Start: 01/04/2017

End: 31/03/2020

This contract is subject to renewal: Yes

Description of renewals:

The contract can be extended by up to a further 12 months in total. This decision will be based on a number of factors including contractor performance and budget.

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

Lot No: 3

II.2.1) Title

Other Fire Alarm Sytems and Smoke Detectors Only

II.2.2) Additional CPV code(s)

31625200

II.2.3) Place of performance

NUTS code:

UKM


Main site or place of performance:

Across Scotland including Edinburgh, Lothian, Glasgow, Lanarkshire, West Dunbartonshire, Dunoon, Oban, Fife, Perth and Dundee.

II.2.4) Description of the procurement

Provision of an Inspection, Testing and Reactive Maintenance Service for Fire Alarm Systems. This lot includes non GENT systems and smoke detectors only. Please note that the contract value noted below is the estimated value for the Lot over the entire contract period including the optional extension.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 60

Price / Weighting:  40

II.2.6) Estimated value

Value excluding VAT: 600 000.00  GBP

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

Start: 01/04/2017

End: 31/03/2020

This contract is subject to renewal: Yes

Description of renewals:

The contract can be extended by up to a further 12 months in total. This decision will be based on a number of factors including contractor performance and budget considerations at the time.

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

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:

Tenderers require to have the necessary system specific software, access codes etc. and have staff trained and competent in the correct use and maintenance of the various fire alarm systems subject to this tender. In particular, tenderers wishing to tender for Lots 1 and 2 should be authorised to maintain GENT fire alarm systems and be current GENT approved system integrators.

Contractors must demonstrate membership of a third party certification registration organisation such as British Approvals for Fire Equipment (BAFE) or the Fire Industry Association (FIA), with operatives qualified to BAFE SP 203-1 level. Contractors require to be registered members of the National Inspection Council for Electrical Installation Contracting (NICEIC).

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Bidders should provide (‘general’) yearly turnover for the last 2 years.

Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.

Bidders will be required to state the value(s) for the following financial ratio(s):

Profit before interest and taxation;

Interest cover;

Net current assets;

Gearing.

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:

Employer's (Compulsory) Liability Insurance 10 000 000 GBP;

Public Liability Insurance 5 000 000 GBP;

Professional Indemnity Insurance 5 000 000 GBP;

Product Liability Insurance 5 000 000 GBP.


Minimum level(s) of standards required:

Bidders will be required to have a minimum ‘general’ yearly turnover of 75 000 GBP for the last 2 years.

Please note that this turnover figure is in relation to a single Lot. Bidders who are to be considered for more than 1 Lot must have the level of turnover relevant to all lots i.e.

Bidders who are to be considered for 2 Lots will be required to have a minimum ‘general’ yearly turnover of 150 000 GBP for the last 2 years;

Bidders who are to be considered for 3 Lots will be required to have a minimum ‘general’ yearly turnover of 225 000 GBP for the last 2 years.

The acceptable range for each financial ratio is:

Profit before interest and taxation (greater than 1 GBP);

Interest Cover (greater than 1.1 times);

Net current assets (greater than 1:1 i.e. must be positive);

Gearing (less than 50 %).

The ratio will be calculated as follows:

Profit before interest and taxation (factual and identified within financial statements);

Interest cover (profit before interest and taxation plus Interest received divided by Interest payable);

Net current assets (Current assets divided by current liabilities);

Gearing (Total debt greater than one year divided by equity);

Bidders must hold or commit to put in place the required levels of insurance cover.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

4C.1.2 Examples of services carried out during the last 3 years (35 per cent weighting);

4C.6, 4C.6.1, 4C.8.1, 4C.8.2 Qualifications and Staff Numbers (35 per cent weighting);

4C.9 Plant, Tools or Technical Equipment (30 per cent weighting).


Minimum level(s) of standards required:

Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services described in part II.2 of the OJEU Contract Notice and detailed within the ‘Additional Documents’.

Bidders will be required to confirm which relevant educational and professional qualifications are held by their staff. Bidders will be required to confirm their average annual manpower for the last 3 years.

Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the OJEU Contract Notice.

III.2) Conditions related to 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: 24/02/2017

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: 24/02/2017

Local time: 14:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.3) Additional information

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=471162.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.

The Contracting Authority does not intend to include a sub-contract clause in this contract.

Note: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at http://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=479226.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at http://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.

The Contracting Authority does not intend to include a sub-contract clause in this contract.

(SC Ref:479226)

Download the ESPD document here: http://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=479226

VI.4) Procedures for review

VI.4.1) Review body

Bield Housing and Care

79 Hopetoun Street

Edinburgh

EH7 4QF

UK

Telephone: +44 1312734078

E-mail: j.grant2@bield.co.uk

Internet address(es)

URL: http://www.bield.co.uk

VI.5) Date of dispatch of this notice

24/01/2017

Coding

Commodity categories

ID Title Parent category
31625200 Fire-alarm systems Burglar and fire alarms

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:
j.grant2@bield.co.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.