Contract notice
Section I: Contracting
authority
I.1) Name and addresses
WHG
100 Hatherton Street
Walsall
WS1 1AB
UK
Contact person: Mrs Louise Green
Telephone: +44 3005556666
E-mail: procurement@whgrp.co.uk
NUTS: UKG
Internet address(es)
Main address: http://www.whg.uk.com
Address of the buyer profile: http://www.whg.uk.com
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.due-north.com
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 Alarm and Fire Equip — Testing/Servicing, Repairs, Maintenance, Emergency Call Out Services, Monitor and Respond and Fire Alarm Activations
Reference number: DN399088
II.1.2) Main CPV code
50710000
II.1.3) Type of contract
Services
II.1.4) Short description
To provide fire alarm and fire equip — testing/servicing, repairs, maintenance, emergency call outs, monitor and respond to: fire alarm detection systems and fire appliances including: auto vents; fire fighting installations and equipment; dry risers (minor and major); fire hydrants; fire extinguishers; fire blankets, fire door holders/closers. In addition, fire alarm activation response services. The list may during the term of the contract have things added or removed. Emergency call outs will also feature in the contract.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKG
II.2.4) Description of the procurement
WHG is seeking to appoint a single supplier to provide fire alarm and fire equipment — testing/servicing, repairs, maintenance, emergency call out service, monitor and response, fire alarm activation services including smoke venting systems; fire fighting installations and equipment; dry risers (minor and major); fire hydrants; fire extinguishers; fire blankets, door holders/closures. WHG has in excess of 540 blocks and approximately 680 systems (some blocks have more than 1 system), approximately 45 AOV's, 4 offices, 27 dry risers and 4 hydrants. Within the blocks WHG has a mixture of fire systems and smoke ventilation systems. Fire alarm systems are predominantly smoke detection units and sounders with local control panels in the communal areas. Offices and community rooms are generally monitored systems with a mixture of break glass, smoke and heat detection units and sounders. WHG does not bind itself to accept the lowest tender or any tender and will not be responsible for, or pay any expenses incurred by the tenderer in the preparation of this tender. Relevant and proportionate suitability assessments will be undertaken e.g. mandatory and discretionary exclusions: taxes, bankruptcy, misconduct and other situations referred to in the 2015 Regs. WHG will also check that any bidder has the legal and financial capacities and the technical and professional abilities to perform the contract. The transfer of undertakings (protection of employment) Regulations 2006 (‘TUPE’) is unlikely to apply to the workforce of the incumbent supplier(s) in relation to the services under the contract, however, ultimately whether or not TUPE applies is a matter of law. The entire process will be carried out electronically via 'The Portal'. Please complete all questions within the portal and return the quantitative/pricing schedule by uploading it within the relevant section; all other scanned documents should be uploaded to the qualitative schedule section or other specified section.whg’s expectation is for the supplier to help them benefit their customers and their local communities through the creation and delivery of employment and training opportunities and other community benefits.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
575 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 60
This contract is subject to renewal: Yes
Description of renewals:
The fixed term contract will commence on or around 1.11.2019. The fixed term will be for an initial period of 3 years. The contract will be extendable up to a maximum of 2 years by one or more extensions of whatever period(s) the client specifies. The total contract term will not exceed 5 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
The supplier must operate to all relevant current legislation when carrying out services and works under the contract. Before submitting a tender please ensure that all documentation is read to understand the requirements. Site visits are recommended. Please refer to all sections of this notice for conditions relating to participating: including Section III- below.
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.2) Economic and financial standing
List and brief description of selection criteria:
You will be required to provide some form of financial information for evaluation purposes. A financial assessment will also be made via a credit agency report with Creditsafe. Where a report highlights a risk of business failure further evidence may be requested.
WHG will require the following levels of insurance:
— professional indemnity 2 000 000 GBP,
— employers liability 10 000 000 GBP,
— produce liability 10 000 000 GBP and public liability 10 000 000 GBP. You will be asked to agree that if not currently held, you are willing to meet the levels if successful.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Accreditation: WHG must meet obligations under The Regulatory Reform (Fire Safety) Order 2005 and therefore the successful supplier must be BAFE or equivalent registered in all specific contract elements. If you do not identify that you meet this requirement, your submission will fail. Examples of equivalents are: National Security Inspectorate (NSI) Certification and Security Systems and Alarms Inspection Board (SSAIB).
You will be expected to have NICEIC membership, if you do not identify that you are a member of NICEIC or equivalent body when asked during the qualitative questionnaire, your submission will fail.
As a fire alarm servicing organisation it is required that you are third party certificated by a UKAS or equivalent certificated certification body. Your company will be expected to hold ISO9001 (UKAS Quality Management) and ISO14001 or equivalents. Evidence will be required, any company found not to hold the relevant certification/accreditation will be disregarded from the process and not progress further.
Suppliers are encouraged to hold trade body membership with organisations, where applicable to the work they will be undertaking. For example: Fire Industry Association (FIA) or equivalents/alternatives.
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
The successful supplier will be required to comply with key performance indicators in the delivery of the services and against which the performance of the supplier will be judged. Compliance with key performance indicators will be instrumental in the decision whether to annually renew the contract. The supplier will be required to participate in achieving social value objectives in training and recruitment in the delivery of the services.
All works shall be carried out in accordance with 'British Standards', codes of practice or equivalent ISO or EN Standard current at the time. The successful supplier will be expected to be aware of any revisions or updates to British Standards or equivalents.
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:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/07/2019
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:
23/07/2019
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
The Royal Courts of Justice
The Strand
London
UK
VI.5) Date of dispatch of this notice
18/06/2019